Loading...
R-02-10-10-13D7 - 10/10/2002RESOLUTION NO. R- 02- 10- 10 -13D7 WHEREAS, the City of Round Rock has duly advertised for bids for the East Water Transmission Line (Phase I) Improvements, and WHEREAS, Commercial Consolidated, Inc. has submitted the lowest responsible bid, and WHEREAS,the City Council wishes to accept the bid of Commercial Consolidated, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Commercial Consolidated, Inc. for the East Water Transmission Line (Phase I) Improvements. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. AT EST: RESOLVED this 10th day of October, 2002. CHRISTINE R. MARTINEZ, City Secr ary o: \wd ARESo2.vrx \x22o1on7.weo /,c WELL, Mayor City of Round Rock, Texas September 25, 2002 Mr. Don Rundell, P.E. City of Round Rock 2008 Enterprise Round Rock,TX 78664 Re: City of Round Rock East Water Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line Recommendation to Award Contract Dear Mr. Rundell: ha 1 On September 10, 2002, HDR Engineering assisted the City of Round Rock in opening bids for the above referenced project. A tabulation of the bids received is attached. The apparent low bidder was Commercial Consolidated, Inc. from Bertram, Texas. HDR has reviewed the bid proposal submitted by Commercial Consolidated. Commercial Consolidated has also provided the attached letters regarding their qualifications and experience. It is apparent based on the information provided that Mr. Ronnie Lewis is experienced and qualified in the construction of large diameter pipelines. Contingent upon Mr. Ronnie Lewis's agreement to visit the job site on a daily basis, we recommend that the City of Round Rock accept the bid of Commercial Consolidated in the amount of $2,287,456.50 for the installation of Ductile Iron Pipe. We have prepared the attached NOTICE OF AWARD letter and other contract documents. HDR will forward these documents to Commercial Consolidated if the City of Round Rock concurs with this recommendation. Should you have any questions, please call me at 912 -5107 or Jason Jones at 912 -5158. Sincerely, HDR Engineering, Inc. 1 ames K. Haney, P.E Excecutive Vice President attachments (5) HDR Engineering, Inc. Employee Owned Suite 300 Telephone 2211 South IH 35 512 912 -5100 Austin,Texas Fax 78741 512 912 -5158 . Bidder: S.J. Louis Construction of Texas Austin Engineering Company, Inc. M.B. Bender Company, Inc. McLean • Construction Commercial Consolidated, Inc. Bid Bond Bidder's Questionnaire Addenda Acknowledged Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Total Bid Amount - Alt. A (Ductile) $ 2,553,426.50 $ 2,772,220.00 $ 2,609,947.70 $ 2,379,181.70 $ 2,287,456.50 Total Bid Amount - Alt. B (Steel) $ 2,560,346.50 $ 2,965,980.00 $ 3,268,385.70 $ 2,496,821.70 $ 2,481,216.50 Bidder: FM King Ltd. Triple H Contracting, Inc. Texas Sterling Construction L.P. Guerra Construction Co., Inc. Garney Companies, Inc. Bid Bond Bidder's Questionnaire Addenda Acknowledged Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Total Bid Amount - Alt. A (Ductile) $ 2,628,849.00 $ 2,499,823.00 $ 2,828,444.50 $ 2,617,101.50 $ 2,331,604,00 Total Bid Amount - Alt. B (Steel) $ 2,801,849.00 $ 2,693,583.00 $ 2,994,524.50 $ 2,954,797.50 $ 2,435,404.00 Bidder: Holloman Corporation Cash Construction Company Heyl Construction, Ltd. Bid Bond Bidder's Questionnaire Addenda Acknowledged Yes Yes Yes Yes Yes Yes Yes Yes Yes Total Bid Amount - Alt. A (Ductile) $ 2,678,036.31 $ 2,507,221.30 $ 2,554,843.90 Total Bid Amount - Alt. B (Steel) $ 2,678,243.91 $ 2,742,224.50 $ 2,624,043.90 City of Round Rock, Texas East Water Tranmission Line - Phase I 48 -inch Barton Hill Transmission Line Bid Opening - September 10, 2002 2:00 P.M. hD: 1 PROPOSED 48 INCH EAST WATER TRANSMISSION LINE - PHASE ONE DATE: October 4, 2002 SUBJECT: City Council Meeting — October 10, 2002 ITEM: 13.D.7. Consider a resolution authorizing the Mayor to execute a contract with Commercial Consolidated, Inc. for the construction of the East Water Transmission Line (Phase I) Improvements Resource: Jim Nuse, Chief of Operations/Assistant City Manager Tom Clark, Director of Utilities Don Rundell, Chief Utility Engineer History: The 2001 (East Transmission Line) Preliminary Engineering Report, prepared by HDR Engineering modeled the City's water system demand scenarios at 31 MGD for Year 2005, 36.5 MGD for Year 2010 and 46.8 MGD for Year 2017 to determine system improvements needed for each scenario. The purpose of the report is to provide the City with an improvements plan to enable it to meet future peak water demands. Based upon these resulting demand trends, system improvements were determined that include the installation of this proposed 48 -inch pipeline. Sponsor: N/A The scope of work under this contract will be the construction of the first of several - phased water system improvements identified in HDR's report. This phase will construct approximately 8,000 -feet of 48 -inch ductile iron water line from the City's Water Treatment Plant and connect to an existing 36 -inch water line located at the intersection of C.R.116 and Westinghouse Road. Thirteen (13) bids were received ranging from $2,287,456.60 to $3,268,385.70. Commercial Consolidated, Inc. was the low responsive bidder at $2,287,456.60. HDR reviewed the bid proposal submitted by CCI, Inc. and verified references. Staff concurs with HDR's recommendation and recommends approval of this resolution in the amount of $2,287,456.00. Funding: Cost: $2,287,456.60 Source of funds: Capital Project Funds (Self - Financed Utility Fund) Outside Resources: Commercial Consolidated, Inc. Impact/Benefit: To optimize system storage, pumping, and sizing of the east side distribution system as defined in the Preliminary Engineering Report for the East Water Transmission Line, dated January 1999. Public Comment: N/A 1 1 1 1 1 1 1 1 1 1 1 1 ;1 1 1 1 1 1 City of Round Rock - East Transmission Line - Phase I •sg I.r..■. t t��N�I tt2:.' . .. 1. o .. -.1-% CONFORMING DOCUMENTS o � ` fi ISSUED OCTOBER 2002 ) ' b. ADDENDUM #1 INCLUDED +�% ' � "' , r • � , 41 torrrrr� tt t 48 -inch Barton Hill Transmission Line CONFORMED FOR CONSTRUCTION Construction Documents Project Manual August 2002 HDR Project No: 0725 -056 -036 ha t HDR Engineering, Inc. APPROVED BY CITY • ' NEY CONFORMING DOCUMENTS ISSUED OCTOBER 2002 ADDENDUM #1 INCLUDED City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line CONFORMED FOR CONSTRUCTION Construction Documents Project Manual August 2002 HDR Project No: 07225 - 056 -036 hD: 1 HDR Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table of Contents DIVISION 0 — CONTRACTS AND CONDITIONS Sec. 1 Sec. 2 Sec. 3 Sec. 4 Sec. 5 Sec. 6 Sec. 7 NOTICE TO BIDDERS BID DOCUMENTS GEOTECHNICAL EXPLORATION REPORT POST BID DOCUMENTS GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01060 PROJECT CONDITIONS Exhibit A Project Sign Exhibit B Georgetown Railroad Company — Pipeline License Agreement Exhibit C Texas Dept. of Transportation — Permit & Special Provisions for IH -35 Crossing Exhibit D Williamson County — Utility Line on County Right -of -Way at County Road 116 01340 SUBMITTALS Exhibit A Shop Drawing Transmittal Form Exhibit B O &M Manual Transmittal Form Exhibit C1 Equipment Record — Page 1 of 2 Exhibit C2 Equipment Record — Page 2 of 2 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01650 FACILITY STARTUP 01710 CLEANING DIVISION 2 - SITE WORK 02110 SITE CLEARING 02200 EARTHWORK 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 02224 PIPELINE UNDERCROSSINGS 02260 TOPSOILING AND FINISHED GRADING 02270 SOIL EROSION AND SEDIMENT CONTROL 02515 PRECAST CONCRETE MANHOLE STRUCTURES 02660 WATER MAIN CONSTRUCTION 02930 REVEGETATION DIVISION 3 - CONCRETE 03002 CONCRETE DIVISION 9 - FINISHES 09905 PAINTING AND PROTECTIVE COATINGS Exhibit A Daily Field Log for Painting and Protective Coatings 07225 - 056 -036 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 Table of Contents - 1 DIVISION 15 - MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15061 PIPE: STEEL 15062 PIPE: DUCTILE 15100 VALVES: BASIC REQUIREMENTS 15101 GATE VALVES 15103 BUTTERFLY VALVES 15114 MISCELLANEOUS VALVES ATTACHMENT: ADDENDUM NO. 1 07225-056-036 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 Table of Contents - 2 DIVISION 0 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 1 1 1 1 11 1 11 11 11 11 11 11 11 11 11 11 11 11 1.0 NOTICE TO BIDDERS GENERAL DESCRIPTION OF WORK NOTICE TO BIDDERS Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the project titled Fast Water Transmission line — Phase 1, 48 -inch Barton Hill Transmission Tine will be received September 10, 2002 until 2:00 P.M. then publicly opened and read aloud at the City Hall Council Chambers at the same address. A prebid conference will be held at 2:00 P.M., September 3, 2002 at 221 E. Main Street, Round Rock, Texas 78664. See Instructions to Bidders in the specifications for details on the prebid conference. Bid envelopes should state date and time of bid, project title and the words "SEALED BID" No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. The project includes the furnishing of all labor, materials, and equipment required for the following: • Installation of approximately 8,000 linear feet of 48 -inch water pipeline, 869 896 linear feet (Addendum # 1) of 60 -inch steel casing pipe, connections to existing potable water lines, appurtenant valving, disinfecting, and other items required to complete the pipeline as shown in the Project Drawings. TYPE OF BID Bid shall be on a unit price and lump sum basis for items identified in the Bid Documents, Section 2. DOCUMENT EXAMINATION AND PROCUREMENTS Copies of the Bid Documents are on file at the following plan houses: Associated General Contractors: Austin, Waco, San Antonio. F.W. Dodge Reports: Austin, San Antonio. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from HDR Engineering, 2211 South IH -35, Suite 300, Austin, TX 78741, (512- 912 -5100) beginning August 21, 2002 for a non - refundable charge of 8100.00 per set. • No partial sets of Specifications or Drawings will be issued. • All checks must be made payable to HDR Fngjneering, Inc • Bid documents can be purchased at HDR's office or will be shipped by HDR upon receipt of payment. • Documents will be sent the day after the request by UPS for delivery on the following business day. • Refund policy: No refund for any Contract Documents will be made. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. Publish Dates: Round Rork Leader August 19, 2002 August 22, 2002 August 26, 2002 1 1 a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.0 BID DOCUMENTS 1 1 1 1 1 1 a 1 1 1 1 1 1 1 1 1 1 1 1 INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after bid closing time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within ninety(90)days. BD -1 8. Bidders must bid both of the types of pipe identified in Item 7 of the Proposal Bidding Sheet. The City will determine in its sole judgment which of the two types of pipe it will use. The award will be made to the lowest qualified responsive bidder for the type of pipe selected by the City. 9. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 10. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 11. Award of the contract, if awarded, will be made within ninety (90) days after opening of the proposals, and no bidder may withdraw his proposal within said ninety (90) day period of time unless a prior award is made. 12. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one hundred percent (100 %) of the total contract price. If the total contract price is $25,000.00 or less, the performance and payment bonds will not be required. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, with approval prior to bid opening, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to executed. BD -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. 14. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 12 above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 15. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 16. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The certificate of insurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. Other forms will not be accepted. 17. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and /or material furnished. 18. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the finished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. BD -3 In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City of Round Rock as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. 19. No conditional bids will be accepted. 20. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to arrange for the replacement of a loss, rather than by making a cash payment directly to the City of Round Rock, the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 21. A prebid conference will be held at 2:00 P. M., September 3, 2002 at 221 E. Main Street, Round Rock, Texas, 78664. Representatives of the Owner and the Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Attendance is strongly recommended. 22. Because of the unique and critical nature of this project, each prospective bidder shall submit as part of the Bid proposal, evidence that they meet certain requirements for relevant qualifications and experience. This information should be submitted on the attached Bidder's Qualifications Requirements form and meet the minimum requirements set forth therein. BD -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 23. The Contractor shall be required to perform all work in accordance and complete compliance with all applicable safety and health and environmental reg ulations. Prior to beginning work a general health and safety plan along with occupational health programs addressing the items listed above shall be available. The general safety and health plan shall include, but not necessarily be limited to the following: 1. Accident Investigation Procedures 2. Emergency Procedures 3. Hot Work 4. Hazard Communication 5. Personal Protective Equipment 6. Material Handling, Storage, Use and Disposal (Rigging). 7. Vehicle Mounted Work 8. Fire Protection and Prevention 9. Medical Surveillance 10. First Aid 11. Noise 12. Toolbox Safety Meetings Upon request of the Owner, the Contractor shall allow the Owner to review the Contractor's Health and Safety Plan for completeness. BD -5 UNITED FIRE & CASUALTY Company BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Commercial Consolidated, Inc., P.O. Box 1090, Liberty Hill, Texas 78642 -1090 as Principal, and UNITED FIRE & CASUALTY COMPANY, as Surety, are held and firmly bound unto City of Round Rock; 221 East Main Street, Round Rock, Texas 78664 as Obligee, in the full and just sum of Five (5 %) percent of the amount bid lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for Water Transmission Line - Phase 1, 48 -Inch Barton Hill. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered 6th day of September 2002. Commercial Co olidated, Inc By L am' (Sql_) PRINCIPAL UNITE IRE & CASUALTY COMPANY By Y7 q. W J W. Schuler, ATTORNEY - IN - FACT (SEAL) VNITED:RRESE • CASUALIIY.COMPANY .. HOME OFFICE .• CEDAR RAPIDS, IOWA .CEJITIFIED COPY pf)30WER, OF ATTORNEY , (Original on filer etl-lome Office, of Company - See,CertificatiOn, • • , • , .„ , • • KNOW ALL MEN. BY THESE PRESENTS, Tbai the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing I Undo the laws f the State of Iowa and having its prineipal' office in Cedar Rapids. State of lows, ' doe...5 ' make, constitute en d. appoint a 0EN ° ot 1507 S 35' AUStIN TX 78741 • its" true and lavvful Attorney(s)-in-Fact with power and riuthoritY hereby conferred' to sign, • seal 'and execute in its behalf „at ' rawful bonds, rindertakings and other obligatory instrUnients of similar, natureen fo1Inwe , ANY AND &14,, BONDS xtent as if such instruments were signed by and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same e ,hy ' `f, I the ...duly authorized offioers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to thn , niitnotity ereb given are hereby ratified and corMihneci d halt eXpire „JUNE, 21st purs 2Q04. unless sooner seveke d d , This'AuthoritY hereby ranted s , 11110 P°VYer 41' A t° ted ut an tb and by acAhoritYef to tollowing 5 7 -1 -a,w ', tiilly. adoPto ,,,.. .2 Appolrignent 'Of Attorneydn-FW ., 777, , In boa a ih00;,mpr,y, . ', I, ., ,„0,,,0.1 P Pre'ident or any 'anal!: t ' of oilcies ot Insurance. bonds, undertakings and : iP e a t ' hr 7n Y naata obltgaterYin ait n10.; Htk'^1 : : ,.., T4 t,i - i c.th ri u r r c 1 9 0,0• 4 00 0 t i t i Ate °I r e r e d 1 7 "1 010 ,,! 10: " Pl" 1 4 !b :It ii i ge a ,• 04e a c at Qm sed wy . balog in f Pn4Yelfna' an ' Itlaa" raa rate seal may be 0111000 by facsimile to any �01000 0! onorooy or egegteltPll"t"' cd ° 0 0 t 0 7 ' ing • • '• • ', 0.11. m . enially Jai. ma ortaioal0aoatu'e 0 t s , and tcortinaltneal ol ins gparpnrtY. bleat ton!' greltellons set torRIAKIN10 respeothAvtan'flc4 1'4 ,..., gok!ett• O bind the Comr , b a tobele 1,41 netute lartinallOnliltn Of aq Sol) i4twnopt . .pllor!ch 1 ket of th 01.1 ,,,, 403,ficoi,,,teelowhoey ,teevrttejesoke ell Owe attd ellknangr P , , ., , IMolt.ty ig i e . 7 . ;e . iisi w„ITfi m „„...:,;. wHErago, ', h lliVITP'rlr FlikE CAtt•Att : iil i COMPP ' eaused, the2e Presents gi,,,„„.. ,e: ,,.,,.-- , , ,,,, = has eSe , to be, signed bY ite`i':edrporatieseel to be hereto affixed this ElSt day Of,,i1 , Board Directors of the Company 014 April LS, ,i1973. a t , er as. ^ •• 4' Vibe Pres icient „ 'I 'State of lima; 'County of Linn, se . ,..01 -thi,,21p .:- di o f, !,ArNg . 2 OD 21' iiefOrd'ine personally &erne ' ' ' RANDY: 13-tmo.•: :. .:. v. . . • " ' .•., 9 nieknowp, who,' beirig by, Me duly sworn, did depose and say: that he resides in Ceder: Flapids„, State„.of loWa; thet,he 4s a • •,:. :: Mice President 00: : of ; ,fIRE & cAsu T,.. compANy., ,, corporation describeidlii, and4 which' 01010100.0.1011 the above histriment; hiat!he lineWs,:the seal *4 5giCi:FOt -that the se,s(iaffixed.:to.the•::Said ,, lbstriiirnent",iis stiOorPorate seal!, a lt.. , • '.•• ' - ' •1 ied, pursuant to authority given .by. the Board 00. Directote.,,of ;.artid bortiorahort he „sign thereto .. „ '1,'' '''-; ' •P w ur lit sui s° f nt' , likeie ' Ttliority; , ,,aridaChn'Owledgee , saine tohe..,„ "the act and deed itif sad .c co .o.F., Alien. ;., ., ;., , - .... : • .041,... O MARY A. JANSEN ' 'COMMISSION.NUMB tiair Notary .: , , , . MY conimi ss ion #4Pires OCTOBER , 26 ' • ' ' ' : ' „: .. . : ' -- • • ad 1.thit 'Of Lebr of the UNITE FIRS .4,. CoNSyALTY ;''CO P Y„,.,,.; do , hereby is,certif y That I, , h ee clrnbere the,,foregoing v POPY Of ,Bie•,'„Pthriker, Pfa Attoroar and aliirleVit„„and the, copy &Vickie Sectinn,of. the bY'leiiiiis of,saie company es set forthin:Saicj, •:-11 • faiiet , Attarney,.. , ,++4Fdt,*ie'ORIGiNAC,S iaiq .fiLE IN TH '1400)E :OFFICE OF SAID ;CiA/IPANY, rind'iliaf the same ,- iifiief;' and 'Or die. whole Of Ahaii Said orilin:04,." th.ai. th- said 'F:9:Y40.'r' of Altorney : iseen:YevOkiiid and ,iii now in f WI force and effect ;Iry lestirrionY whereof I have hereunto subscribed my name and affixed the corporate seal, of the said Art V Surety Bonds and Undertakin l ;00„,,01n, the gempatty2 fibril time to 1110.0, • ° A.D. 2002 & CASUALTY COMPANY „ 2 '0: ° CorripanY this 6th dS0 01 ber 8 2' Sect`etarY PROPOSAL BIDDING SHEET 1 JOB NAME: East Water Transmission Line - Phase I, 48 -inch Barton Hill Transmission Line 1 JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: September 10, 2002 1 Gentlemen: 1 Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of East Water Transmission Line - Phase I, 48 -inch Barton Hill Transmission Line 1 and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: 1 Bidder acknowledges receipt of the following Addenda (provide number and date sealed): #1 - 9/6/02 1 1 BID SCHEDULE Bid Item Description Unit Total Item Quantity Unit and Written Unit Price Price Amount 1. 1 Lump Mobilization (maximum 5% of total bid) 1 Sum for sixty ihalEatii dollars and ND cents. $ 60000.00 $ 60000.00 2. 7,589 Linear Furnish, install, maintain, and remove Trench Safety Feet Systems for 12 -, 18 -, and 48 -IN transmission lines. I for zero dollars and F ' cents. $ .50 $ 3794.50 1 1 BD -7 1 1 1 1 1 1 5. 1 1 1 6. 4 1 1 1 1 1 1 1 1 1 3. 4. 7. 1 1 Lump Furnish, install, maintain, and remove Silt Fence and Sum other erosion control measures, as required. for Ctex1 dollars and rb cents. $ 1000.00 $ 1000.00 Lump Furnish, install, maintain, and remove Concrete Traffic Sum B r�ie Y nd of e tra is control devices, as required. for oars �� and rb Lump Furnish, install, maintain, and remove Tree Protection, Sum as shown on the plans. fo Y' linked dollars and Nb cents. $ 3500.00 $ 3500.00 Each Furnish and install Gated Fence Crossings (all types), as shown on the laps or y a�s directed by the Owner. Three iirri fo o11ars and ND cents. $ 375.00 $ 1500.00 Furnish and install alternate pipe as shown on the plans and as specified, including excavation, dewatering, embedment, cement - stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, polyethylene wrap (ductile iron pipe alternate), surface restoration, disposal of excess material, and any other incidental items that may not be included in the other bid items. Alt -7A 6,920 Linear 48 -inch Ductile Iron Pipe (DIP), Class 200 PSI. 1 Feet fol c '' ent YtTars and Pb cents. $ 177.00 $1224840.00 1 Alt -7B 6,920 Linear 48 -inch Steel Pipe, Class 200 PSI. Feet forte linked File dollars 1 and No cents. $ 205.00 $1418600.00 BD -8 cents. $ 70250.00 $ 70250.00 8. 1,060 Linear Feet Furnish and install 48 -inch DIP, Class 200 PSI, between Sta. 26 +30 and Sta. 36 +90 as shown on the plans and as specified, including excavation, dewatering, embedment, cement - stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, polyethylene wrap, surface restoration, and dis osal of excess material. for lin3113d �ollars and ND cents. $ 195.00 $ 206700.00 1 1 1 10. 1 1 11. 1 1 1 1 1 1 1 1 1 1 9. 691 Linear Furnish 60 -inch Steel Casing Pipe Installed by Boring, not Feet inc ►di 4 8 >ner pipe. for ... _._ _. dollars and tb cents. $ 482.00 $ 333062.00 12. 1,500 Square Concrete Thrust Block Bearing Area, as shown on Feet the plans or as directed by the Owner. for Farfit dollars and Pb cents. $ 8.00 $ 12000.00 13. 12 14. 3 205 Linear Furnish 60 -inch Steel Casing Pipe Installed by Open Cut Feet Excavation, not including 48 -inch carrier pipe. for Hicirel Eighbj'I and nb cents. $ 188.00 $ 38540.00 100 Linear Cement Stabilized Backfill, where shown on the plans, Feet not including pipe, complete in place. for Thirty-six dollars and ND cents. $ 36.00 $ 3600.00 Acre Final Grading, Topsoiling, Revegetation, and 1 -Year of Maintenance to establish specified vegetation in all areas of permanent construction and areas disturbed by Cor o to ce total of 12 acres. for o ars and ND cents. $ 3225.00 $ 38700.00 Each 4 -inch Combination Air Release /Vacuum Relief Valve, furnished and installed on 48 -inch water line. foritrty -rat tirdwadollars and ND cents. $ 4800.00 $ 14400.00 BD -9 15. 4 16. 4 17. 3 18. 12 19. 6 20. 12 21. 22. 1 Each Each Each Each 8 -inch Combination Air Release/Vacuum Relief Valve, furnished'and installed on 48 -inch water line. foiSti�r finked dollars and ND cents. $ 8600.00 $ 34400.00 8 -inch Blow -off Valve Assembly, as shown on the plans, furnished and installed on 48 -inch water line. forThree atr sn dollars and ND cents. $ 3000.00 $ 12000.00 48 -inch Butterfly Valve (In- Line), furnished and installed on 48 -inch water line. for te Ilcumrd1earfre and ND cents. $ 19500.00 $ 55500.00 Corrosion Test Stations (all Types), furnished and installed. Alars and 1 cents. $ 265.00 $ 3190.00 Each Type I Waterline Marker, furnished and installed. for Fifty - Fiw dollars and ND cents. $ 55.00 $ 330.00 Each Type II Waterline Marker, furnished and installed. for Fifty -Five dollars and ND cents. $ 55.00 $ 660.03 Lump Connecting to Existing 42 -IN potable water line, including Sum 42x42 tee and sleeve, 42 -IN spool, 42 -IN butterfly valve, and 48x42 reducer, as shown on the plans. f ' Thamri'Dime ti f o and ND cents. $ 50300.00 $ 50300.00 Lump Connecting to Existing 36 -IN potable water line, including Sum 48x36 reducer, 36 -IN butterfly valve, 36 -IN spool, and Nacz and slee e as shown on the plans. ve FuLied for and ND cents. $ 35500.00 $ 35500.00 BD -10 1 23. 1 Lump Connecting to Existing 18 -IN potable water line, including 1 Sum 48x18 tee, 18 -IN gate valve, 18 -IN Class 200 PSI ductile iron pipe, elbows, and fittings, and concrete thrust blocking, as shown on the plans. 1 f31 ` dollars and Pb cents. $ 28000.00 $ 28000.00 1 24. 1 Lump Abandonment of Existing 12- and 18 -IN potable water Sum lines, including removal and disposal of existing pipe and 1 fittings, installation of two 18 -IN plugs and one 12 -IN plug, and concrete thrust blocking, as shown on the plans. 1 forEleman H. F loliars and rb cents. $ 1150.00 $ 1150.00 1 25. 1 Lump Connecting to Existing 12 -IN potable water line, including Sum 48x12 tee, 12 -IN gate valve, 12 -IN Class 200 PSI ductile I iron pipe, elbow and fittings, and concrete thrust blocking, as shown on the laps f < ' liars 1 and rb cents. $ 6150.00 $ 6150.00 26. 1 Lump Cleaning, Disinfecting, Flushing, and Pressure Testing I Sum new transmission lines. fo Rine oars Y and rb cents. $ 11970.00 $ 11970.00 27. 7,200 Linear Furnish and install Orange Mesh Fencing along outside 1 Feet edge of temporary construction easement, as shown on the plans. I for me dollars and Sixt -n a cents. $ 1.65 $ 11880.00 1 28. 3,275 Linear Furnish and install Temporary Livestock Fencing along Feet outside edge of temporary construction easement on the ' for sop Charlie G. Barton, as shown on the plans. dollars and ND cents. $ 2.00 $ 6550.00 1 29. 60 Cubic Furnish and install Reinforced Concrete Slab with Yards dimensions of 30 FT wide by 50 FT long by 1 FT thick with reinforcing steel consisting of No. 5 rebar at 12 -IN on centers in the middle of the slab. Slab to be 4,000 PSI concrete and located over new 48 -IN water line at approximately Sta. 1 +25. for Thum au-kbd dollars and tip cents. $ _ 3o0.00 $ 180m0.00 TOTAL AMOUNT BID (Note: Bid Both Alt -7A (DIP). and Alt -7B (Steel): Alt -A Alt -B (Steel) Total Amount Bid for all items, using $ 2,287,456.50 Alternate Item 7A (DIP) '11%o Mi l l im Flahad Eighty-ft/En d Fos I1.uk l Fifty Collars ari Fifty Clets STATEMENT OF SEPARATE CHARGES:. BD -12 (words) Alt -B Total Amount Bid for all items, using Alternate Item 7B (Steel) 2,481,216.50 IAo Mi l l icn Pas finked Eigh± n Thanand it o ILL .hal Slxtesn Collars s ad Fifty Oats (words) Alt -A (DIP) Materials: $ 1.294,060.00 All Other Charges: $ 993,396.50 Total: $ 2,287,456.50 (Note: The total of the two items immediately above should equal the total amount bid for Alt -A.) Materials: $ 1,411,280.00 All Other Charges: $ 1,069,936.50 Total: $ 2,481,216.50 (Note: The total of the two items immediately above should equal the total amount bid for Alt -B.) 1 1 1 1 1 1 1 1 1 Signature Kenneth A. Lewis ' Print Name President ' Title for Commercial Consolidated, Inc. Name of Finn ' September 6, 2002 Date 1 1 1 1 1 If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with the General Conditions and Special Conditions within the number of calendar days below: Substantial Completion 210 days Final Completion 240 days BIDDER accepts the provisions of the Special Conditions as to liquidated damages in the event of failure to complete the Work within the times specified. Liquidated damages for failing to complete the Work indicated shall be assessed as indicated below: Substantial Completion $1,500/ day Final Completion $500/ day The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. mitte Respectfully S BD- l Ctirmarcial a rso] idated, Inc. P.O. Box 1090; Liberty Hill, TX 78642 Address (512) 515 -7799 Telephone Secretary, if Contrac or is a Corporation 25. 26. 1 ump Su TOTAL AMOUNT BID (Note: Bid B h Alt -7A (DIP) and -7B (Steel): Alt -A Total Amount Bid for all ite , using Alternate Item 7A (DIP) Alt -B Total Amount Bid for all items, , sing Alternate Item 7B (Steel) STATEMENT OF SEPARATE Alt -A (DIP) Alt -B (Steel) for dollars and cents. $ $ Lump Connecting to Existing 12 -IN potable water Sum 48x12 tee, 12 -IN gate valve, 12 -IN Class 20 iron pipe, elbow and fittings, and concret as shown on the plans. for dollars and cents. $ Cleaning, Disinfecting, Flushi :, and Pressure Testing new transmission lines. for dollars and cent $ $ GES: BD -11 (wo (words) e, including SI ductile thrust blocking, M. erials: Other Charges: $ otal: • (Note: The total of the two items immediately wove should equal the total amount bid for Alt -A.) Materials: $ All Other Charges: $ Total: $ (Note: The total of the two items immediately above should the total amount bid for Alt -B.) u BIDDER'S QUALIFICATIONS REQUIREMENTS MINIMUM REQUIREMENTS: Bidder shall have a minimum of five (5) years of successful experience as a construction company with a bonding capacity of at least $4,000,000. Bidder shall complete the following questionnaire and submit additional information. The Bidder shall possess the knowledge, skill, training, and experience necessary and required to perform the work fully, properly, safely, and in accordance with all applicable laws, ordinances, rules, regulations, standards and lawful orders, including without limitation those relating to the environment, health, safety, and labor. The Owner will evaluate bidder's qualifications to perform the work described herein based on the information from the bidder, and, if solicited by the Owner, the comments of parties who are familiar with the bidders role and performance on selected past projects. The Owner, at his/her sole discretion, may reject the bid of any bidder if the Minimum Requirements are not met, based on the Owner's evaluation of the information submitted, or for the following reasons: • Bidder provided insufficient, inaccurate, or incomplete information concerning past projects. Questionnaire: 1. Bidder Name: Commercial Consolidated, Inc. 2. Years in business under present business name: 7 3. Attach a list of all similar projects completed in the past five years by Bidder and appropriate subcontractors. Provide the name of the Owner and Engineer for each project and include the name and telephone number of a contact person for each organization. 4. Attach a list of current projects. Provide the name of the Owner and Engineer for each project and include the name and telephone number of the contact person for each organization. Indicate the total value of each contract and the value of the work remaining. 5. Volume of gross construction business during the last three years: 2001 $ 30 million 2000 $ 25 million 1999 $ 21 million 6. What percent of annual volume involves pipeline construction? 40% 7. Have you ever failed to complete any work awarded to you? No X Yes BD - If yes, explain: N/A 8. Are you presently involved in any litigation or lawsuits involving construction work of any type? No X Yes If yes, explain: N /A 9. Has the company received as OSHA citation during the most recent 12 months? If Yes, then how many and for what? No X Yes If yes, explain: N/A 10. Has the company experienced lost time accidents during the most recent 12 months? If Yes, then describe each accident and amount of time lost. No x Yes If yes, explain: N/A 11. Identify the individuals you propose to serve in the following functions and list the project and contract value of the most recent project they served in the same capacity on: Project Manager: Leonard Meredith Previous Project: IBM /Tivoli Systems $2,172,412.00 Project Superintendent: Leoncio Balderas Previous Project: IBM /Tivoli Systems $2,172,412.00 12. Identify your principal bank: Community State Bank Contact Person: Gary Green Phone: (512) 335 -4226 13. Identify your bonding company /agent: Time Insurance Contact Person: Connie Phone: (512) 447 -7773 14. Identify the subcontractors you propose to utilize and the functions the subcontractors are planned to perform, including the name, address, telephone number and a brief description of their experience: abzat.a or B.L. Chamai, 9250 FM 2243, Laardar, TX; Brweit & Frey Qxslxxuctim, 2045 iielirrrn Lase, Flap, mss. 4 Nathasst Pipe Qn[rary aid American cast Ism Pile Chi BD -1,4 Lodge Lakeline Cedar Park, Tx Hanover 51,184,927.20 97% October -02 Tony Gonzalez 713 - 267 -2100 Swenson Farms Pflugerville, Tx Trammell Crow 5548,373.32 93% August -02 Dwayne Brown 512-477-9900 Villages of Sage Creek Austin, Tx Callaway $1,050,783.00 96% November -02 Greg Grandjean 210 - 822 -0200 Mansions © Steiner Ranch Austin, Tx Mansion Custom $2,450,243.13 99% November -02 Mike Gausden 512-266-7454 Block Buster Video Austin, Tx White Oak $202,750.00 39% December -02 Rex Brown 281 - 655 -5314 Cedar Park Townhomes Cedar Park, Tx Park Place Const. $2,625,731.18 95% December -02 Jeff Hudson 817- 341 -1378 Waterside Oaks Lego Vista, Tx Gavurnik $602,135.48 97% September -02 David Marshall 512-930-5204 Walgreens - Lakeway Lakeway, Tx Hatcher $559,694.29 82% October -02 Jeff McCollum 210 -651 -0033 McDonalds Austin, Tx Stmthoff $80,556.00 99% August -02 Brad Rich 210 -495 -2557 Cypress Creek Cedar Park, Tx Gavurnik $206,695.92 74% December -02 David Marshall 512- 930 -5204 Austin Area Teachers Fed. Credit Union Austin, Tx Bailey Elliott $56,221.00 81 % September -02 Scott Wilson 512 - 327 -3951 Parker Springs Austin, Tx Jencra $201,895.92 40% January-02 Craig Harris 407 - 380 -8892 IBM 900 Complex Pond Austin, Tx HcBeck $449,041.00 50% January-02 Matt Pickens 512 - 997 -5000 Texas Traditions Section 2B Georgetown, Tx Jimmy Jacobs $308,806.00 22% March -02 Jimmy Jacobs 512-930-4041 Central Commerce Pflugerville, Tx Gavurnik $189,553.00 51% February-02 David Marshall 512-930-5204 Villas of Guadalupe Austin, Tx White Oak $804,340.00 62% December -02 Rex Brown 281 - 655 -5314 ShadowGlen Austin, Tx ShadowGlen Res. $851,498.00 0% November -02 William Rasch 512 -380 -0045 Present Projects Percent to Date Location Contract Price Estimated Completion Date Contact Person Phone Number Alexan City View Austin, Tx Trammell Crow Dwayne Brown 512- 477 -9900 Archstone g Canyon Creek Austin, Tx Global Construction John Fleming 713- 975 -8990 Village ra Collinwood Austin, Tx Trammell Crow Dwayne Brown 512 -477 -9900 Exchange © San Marcos San Marcos, Tx F.F. Development Paul Clarkson 281- 651 -9797 Flintrock (§ Hurst Creek- Phase I Lakeway, Tx Cash Construction John Fenley 512- 251 -7872 Katy Crossing Sections 4 & 5 Georgetown, Tx Gavurnik David Marshall 512 - 930 -5204 Riverhorse Ranch Austin, Tx Ocampo Partners Ltd. 310 -475 -7506 Melrose - Phase 2 Austin, Tx C.F. Jordan Cass Brewer 512 -380 -9253 Waters at Elm Creek San Antonio, Tx Galaxy Builders 210-493-0550 Mission Ranch San Antonio, Tx Global Construction John Fleming 713- 975 -8990 North Duval Austin, Tx Waterford Builders 512-458 -6100 Parkside Crossing Austin, Tx Campbell -Hogue Dough Harrison 512 -794 -9378 Round Rock East Round Rock, TX Gavumik David Marshall 512-930-5204 pouthwest Trails Austin, Tx C.F. Jordan Cass Brewer 512- 380 -9253 IBM/Tivoli Austin, To HCBeck 512 - 997 -5000 University of Texas Austin, Tx University of Texas MI MN — NM — — — — — IM — I WI I — MI I Location Completed Projects Owner Contact Person Phone Bidder: S.J. Louis Construction of Texas Austin Engineering Company, Inc. M.B. Bender Company, Inc. McLean Construction Commercial Consolidated, Inc. Bid Bond Bidder's Questionnaire Addenda Acknowledged Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Total Bid Amount - Alt. A (Ductile) $ 2,553,426.50 $ 2,772,220.00 $ 2,609,947.70 $ 2,379,181.70 $ 2,287,456.50 Total Bid Amount - Alt. B (Steel) $ 2,560,346.50 $ 2,965,980.00 $ 3,268,385.70 $ 2,496,821.70 $ 2,481,216.50 Bidder: Holloman Corporation Cash Construction Company Hey! Construction, Ltd. Guerra Construction Co., Inc. Garney Companies, Inc. Bid Bond Bidder's Questionnaire Addenda Acknowledged Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Total Bid Amount - Alt. A (Ductile) $ 2,678,036.31 $ 2,507,221.30 $ 2,554,843.90 $ 2,617,101.50 $ 2,331,604.00 Total Bid Amount - Alt. B (Steel) $ 2,678,243.91 $ 2,742,224.50 $ 2,624,043.90 $ 2,954,797.50 $ 2,435,404.00 Bidder: FM King Ltd. Triple H Contracting, Inc. Texas Sterling Construction L.P. Guerra Construction Co., Inc. Garney Companies, Inc. Bid Bond Bidder's Questionnaire Addenda Acknowledged Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Total Bid Amount - Alt. A (Ductile) $ 2,628,849.00 $ 2,499,823.00 $ 2,828,444.50 $ 2,617,101.50 $ 2,331,604.00 Total Bid Amount - Alt. B (Steel) $ 2,801,849.00 $ 2,693,583.00 $ 2,994,524.50 $ 2,954,797.50 $ 2,435,404.00 City of Round Rock, Texas East Water Tranmission Line - Phase 1 48 -inch Barton Hill Transmission Line Bid Opening - September 10, 2002 2:00 P.M. ha MN MI NM MN NM •11Th IIIIM September 11, 2002 VIA FACSIMILE 512 -515 -7788 Mr. Kenneth A. Lewis, President Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, Texas 78642 RE: Bid Received for City of Round Rock, Texas East Water Transmission Line — Phase I 48 -inch Barton Hill Transmission Line Dear Mr. Lewis: This is to inform you that Commercial Consolidated, Inc. is the apparent low bidder for the referenced project following the bid opening in Round Rock yesterday afternoon. We appreciate receiving your bid and the completed Bidder's Qualifications Requirements questionnaire that was attached. We are in need of additional information to further evaluate the qualifications of Commercial Consolidated, Inc. for this project. Please provide us with the following additional information: 1. More descriptive listing of the completed and present similar projects, including: a) the size, length, diameter, pipe type, etc. of the work performed; b) whether the Owner is a public or private entity; c) name and contact information for design engineer; and d) year project was or is expected to be completed. 2. Resumes for yourself, Matt Lewis, Leonard Meredith, and Leoncio Balderas. 3. List of equipment presently owned by Commercial Consolidated, Inc. 4. Current financial statement for Commercial Consolidated, Inc. The City intends to consider award of the contract for this project at the City Council meeting on September 26, 2002. We would appreciate receiving the information requested above by the end of this week. Please call me at (512) 912 -5157 if you have any questions. Sincerely, HDR Engineering, Inc. Richard A. Shoemaker, P.E. Vice President / Project Manager cc: Leonard Meredith, CCI — Bertram (via facsimile 512- 355 -2992) Don Rundell, Chief Utility Engineer, City of Round Rock (via facsimile 218 -5563) HDR Engineering, Inc. Employee owned 2211 South IH 35 Telephone Suite 300 512 912 -5100 Forum Park Fax Austin, Texas 512 442 -5069 78741 Fax Sheet I Number of Pages (includes cover page) 20 Message To Name Don Rundell I Firm City of Round Rock Public Works I City Round Rock From Date September 13, 2002 If you do not receive all the pages, please call 512 - 912 - 5100 as soon as possible. I Name Rich Shoemaker I Telephone Don — Thanks, Rich cc: Jason Jones Neil Graff Ken Haney HDR Engineering, Inc. 912 - 5157 Telecopy number called State TX I Department Austin Job Number 757 I-D:1 218 -5563 Information received this afternoon from Commercial Consolidated, Inc. Please review and let's discuss it later today or early Monday. 2211 South I.H. 35 Telephone Suite 300 512 - 912 -5100 Austin, Texas Fax 78741 512-912-5158 (0)J CCUMERCIAL CONSDI @ATDi INC 1 1 DATE: 09/13/02 ' TO: HDR Engineering, Inc. ATTN: Mr. Shoemaker ' RE: Bid for City of Round Rock FAX #: 442 -5069 I PHONE #: 912 -5100 1 1 1 1 1 1 1 1 1 1 mp,13 02 01:S1p Ronnie Lewis 5123552992 p.1 COMMERCIAL CONSOLIDATED, INC. ESTIMATING OFFICE PO Box 1623 Bertram,Texas 78605 Phone: (512) 355 -9094 Fax: (512) 355 -2992 FAX COVER SHEET FROM: Deborah I CAN BE REACHED AT: (512) 355 -9094 ext. 10 NO. OF PAGES INCLUDING COVER: 19 REMARKS: QUrgent ®For Your Review DRepIy ASAP f Please Comment Following please find information regarding Commercial Consolidated's completed and present similar projects, resumes, equipment list, and current Financial Statement per your request. Thank you. The materials enclosed with this FAX transmission are private and confidential and are the property of the sender. The information contained in the material is privileged and is intended only for the use of the Individual(s) named above. 9 you are not the intended recipient, be advised that any action in reliance an the contents of this information is strictly prohibited. If you have received this FAX transmission in error. please immediately notify us by telephone to arrange for retum of the document to us. If you have any difficulties with this transmission, please call Commercial Consolidated, Inc at (512) 515 -7799. Sep 13 02 01:51p Ronnie Lewis 5123552992 p.2 Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512 -355 -9094 fax 512 -355 -2992 email www.lewiscont@aol.com September 13, 2002 HDR Engineering, Inc. 2211 South IH 35,Suite 300 Forum Park Austin, Texas '78741 Re: Bid for City of Round Rock, Texas East Water Transmission Line — Phase I 48 -inch Barton Hill Transmission Line Dear Mr. Shoemaker: Ronnie Lewis has been in the utilities construction business primarily in the Austin area since 1971. Lewis Contractors, Inc. was incorporated in 1973. During that 31 -year span Lewis has done projects for the private sector as well as many public projects as outlined below. The projects listed were all done in the 1980's and early 1990's. During that time, Lewis Contractors' sole focus of work was on large diameter water and wastewater projects and enjoyed an unsurpassed reputation for quality, speed and safety during that time. The majority of key employees have remained with the company for many years. As the decade of the 90's began, the large diameter market was in decline and the company focus changed with the times. For the past 10 years Lewis Contractors has worked mostly in the private sector on negotiated projects. Public works projects have been done during this time as well. In 1995 forces were combined with Kenneth Lewis (brother) as a new company, Commercial Consolidated, Inc. was formed. The teaming of forces has brought greater buying power as well as the ability to serve our clients better. During the past 7 years that venture has proven immensely successful in terms of reputation and financially. The combined efforts of the two bothers have proven to be the key to our success. Following is a more descriptive listing of the completed similar projects which have been performed per your request dated September 11, 2002: 1. Moore's Crossing — $2.8 million a. 10,000 LF of 36" Water Transmission Main from Burleson Rd @ Hwy 183 to Moore's Crossing Rd @ FM 873. b. City of Austin — Public c. Engineer information not available at this time d. Completed 1990 1 Sep 13 02 01:51p Ronnie Lewis September 13, 2002 HDR Engineering, Inc. Page 2 of 5 5123552992 2. Dallas Water Utilities - $7.3 million a. 7,000 LF of 96" Water Line, beginning near the Trinity River, East of I -45 to a pump site location @ Illinois Ave & E. Missouri Avenue. b. Dallas Water Utilities — Public c. Engineer information not available at this time d. Completed 1990 3. Kempner Water Supply - $3.2 million a. 24,000 LF of 30" and 24" Water Line, beginning at a new water storage facility on South Fort Hood and continuing to F.M. 2657 near Kempner, Texas. b. Kempner Water Supply — Public c. Engineer information not available at this time d. Completed 1988 4. Onion Creek Wastewater Interceptor a. 12,000 LF of 48" and 42" RCP at depths from 35' to 40'. Location — east of IH -35, along Onion Creek b. City of Austin — Public c. Engineer information not available at this time d. Completed 1988 5. Williamson Creek Wastewater Interceptor a. 15,000 LF of 42" and 36" RCP beginning at Sunset Valley and extending to Oakhill b. City of Austin — Public c. Engineer information not available at this time d. Completed 1989 6. South Austin Water Transmission Main - $5.20 million a. 7,750 LF of 48" Water Line, starting at Woodland Ave. and Parker Lane (3/10 of mile east on IH -35) to Kinney Avenue and Collier Street (2/10 of mile West of Lamar). b. City of Austin — Public c. Engineer information not available at this time d. Completed 1987 7. East Austin 66" Transmission Main Phase 1 &2 - $11.8 million a. 18,000 LF of 66" Transmission Main, beginning at Ed Bluestein on F.M. 969, continuing to Johnny Morris Road, northbound, to the water storage facility on Highway 290, between Austin and Manor. b. City of Austin — Public c. Engineer information not available at this time d. Completed 1987 p. 3 Sep 13 02 01:51p Ronnie Lewis September 13, 2002 - HDR Engineering, Inc. Page 3 of 5 8. Mt. Bonnell 48" Water Transmission Main - $5.2 million a. 45,000 LF of 48" Water Transmission Main starting at F.M. 2222 @ Mt. Bonnell Rd. to Ledge Mt. Drive at Cat Mountain Drive. b. City of Austin — Public c Engineering information not available at this time d. Completed 1986 9. Shoal Creek Wastewater Interceptor - $4.10 million a. 65,000 LF of 24" and 21" Wastewater Line, starting in Shoal Creek at Greenlawn Drive, continuing to Shoal Creek north of Highway 183. b. City of Austin — Public c. Engineer information not available at this time d. Completed 1985 Some of our more recent projects are as follows: Shadowglen Water Improvements a. 9,400 LF of 24" Ductile Iron b. Owner - Travis Co. MUD #2 c. Developer — Shadowglen Residential d. Completion date projected for January 2003 Villas at Guadalupe a. 1,100 LF of 12" C -900 b. Owner - City of Austin c. Developer - White Oak Builders d. Completion date projected for November, 2002 Swenson Farms a. 3,400 LF of 16" Ductile Iron b. Owner — City of Pflugerville c. Developer — Trammell Crow d. Completion date projected for October 2002 Villages of Sage Creek a. 1,800 LF of 16" Ductile Iron a. Owner — City of Austin b. Developer — Callaway Contractor c. Completed May, 2002 Gold Canyon Road Extension a. 1,600 LF of 16" Ductile Iron b. Owner —SAW S c. Developer — Camden Development d. Completed March, 2002 5123552992 p. 4 Sep 13 02 01:52p Ronnie Lewis September 13, 2002 HDR Engineering, Inc. Page 4 of 5 Cedar Park Townhomes a. 1,800 LF of 12" C -900 b. Owner — City of Cedar Park c. Developer — Park Place Construction d. Completed January, 2002 Lantana Apartments a. 4,300 LF of 12" C -900 b. Owner — Finger Construction c. Developer — Finger Construction d. Completed September, 2001 Ranch @ Davis Springs a. 2,000 LF of 16" and 12" Ductile Iron b. Owner — City of Austin c. Developer — Clark Contractors d. Completed July, 2001 Tivoli a. 2,700 LF of 16" and 12" Ductile Iron b. Owner — City of Austin c. Developer — IBM Corporation d. Completed June, 2001] The Vineyards a. 5,700 LF of 16" and 12" Ductile Iron b. Owner — Bexar Met. c. Developer — Trammell Crow d. Completed November, 2000 5123552992 Briggs Ranch a. 8,400 LF of 16" Ductile Iron b. Owner — Bexar Met c. Developer — Wayne Rogers Const. d. Completed February, 2000 If this compilation of information is not sufficient for your needs, please contact us so that we may make arrangements to meet with you and provide you with further information. Enclosed please find the following information: Resume information for Kenneth Lewis, Ronnie Lewis, Matt Lewis, Leonard Meredith, and Leoncio Balderas. List of equipment presently owned by Commercial Consolidated, Inc. Current Financial Statement for Commercial Consolidated, Inc. p. 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sep 13 02 01:52p Ronnie Lewis September 13, 2002 HDR Engineering, Inc. Page 5 of 5 5123552992 If you have need anything further please do not hesitate to contact me_ Thank you ' Sincerely, C i l 1 ' Deborah Maynar' Administrative Assistant Enclosures p. 6 Sep 13 02 01:52p 1 Commercial Consolidated, Inc P.O. Box 1623 Bertram, TX 78605 phone 512 -355 -9094 fax 512 -355 -2992 email wwwlewiscont@aol. corn Kenneth Lewis Assignment: President Experience: 35 years Contact #: 515 -7799 Ronnie Lewis Ronald Lewis Assignment: Sr. Project Manager Experience: 33 years Contact #: 663 -9094 Mobil Matt Lewis Assignment: Project Manager Experience: 10 years Contact #: 528 -0022 Leonard Meredith Assignment: Project Manager Experience: 12 years Contact #: 663 -9097 Mobil Leoncio "Shorty" Balderas Assignment: Superintendent Experience: 20 years Contact #: 748 -2374 Nextel 423 -3789 Mobil RESUMES 5123552992 P-7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sep,13 02 01:52p Ronnie Lewis COMPANY EQUIPMENT The following is a list of equipment owned by Commercial Consolidated, Inc. and its entities for use on all types of construction. In addition, Commercial Consolidated, Inc. has open accounts with all major rental equipment companies around the state to insure accessibility to any equipment needed to complete a project of the largest magnitude. Make Model Track Excavators: PC 300 LC -5 Komatsu Komatsu PC 200 LC -6 Komatsu PC 200 LC -6LE Komatsu PC 45R -8 Caterpillar 320 BL Caterpillar 315 BL Rubber Tire Backhoes: Caterpillar 416C Caterpillar 416C -E5 Caterpillar 416C 4X4 Bulldozers: D Komatsu 31 E -20 Rubber Tire Loaders: Komatsu WA3203L Komatsu WA250 -1 Komatsu WA250 -1 Komatsu WA180 Komatsu WA180 Caterpillar 928G Compactor: Hypac C832B 66" Hypac Vibratory 48" Bomag 48" 3 5123552992 p.8 Sep 13 02 01:52p Ronnie Lewis COMMERCIAL CONSOLIDATED, 1NC. UNAUDITED FINANCIAL STATEMENTS AND ACCOUNTANT'S COMPILATION REPORT FOR THE YEAR ENDED DECEMBER 31, 2001 5123552992 P. 1 Sep 13 02 01:52p Ronnie Lewis COMMERCIAL CONSOLIDATED, INC. TABLE OF CONTENTS 5123552992 1 Accountant's Compilation Report Financial Statements Balance Sheet 2 -3 Statement of Income and Retained Earnings 4 Statement of Cash Flows 5 Supplemental Schedules Eamings from Contracts 6 Contracts Completed 7 Contracts in Progress 8 p.10 Sep 13 02 01:53p Ronnie Lewis JOHN F. LEWIS, P.C. CERTIFIED PUBLIC ACCOUNTANTS 3008 DAWN DRIVE, SUITE 104 GEORGETOWN, TX 78628 Commercial Consolidated, Inc. Liberty Hill, Texas We have compiled the accompanying balance sheet of Commercial Consolidated, Inc. (an S corporation) as of December 31, 2001, the related statements of income, retained earnings and cash flows for the year then ended, in accordance with Statements and Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. A compilation is limited to presenting in the form of financial statement information that is the representation of management. We have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or any other form of assurance on them. Management has elected to omit substantially all of the disclosures required by generally accepted accounting principles. If the omitted disclosures were included in the financial statements, they might influence the user's conclusion about the Company's financial position, results of operations, and cash flows. Accordingly, these financial statements are not designed for those who are not informed about such matters. The accompanying supplementary information contained in Schedules 1, 2 and 3 for the year ended December 31, 2001, is presented only for analysis purposes and has been compiled by us without audit or review from the information that is the representation of management. Accordingly, we do not express an opinion or any other form of assurance on such information. The Company, with the consent of its shareholders, has elected under the Internal Revenue Code to be an S corporation. In lieu of corporation income taxes, the shareholders or an S corporation are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for federal income taxes has been included in these financial statements, . Lewis, P.C. ay 10, 2002 5123552992 p.11 LOCAL (512) 863 -5720 AUSTIN METRO 931-2801 FAX (512) 863 -5170 www.jehnlcwiscp.rum Sep 13 02 01:53p Ronnie Lewis ASSETS PROPERTY AND EQUIPMENT Construction equipment Office equipment and furniture Vehicles Storage buildings Land and land improvements Less: accumulated depreciation TOTAL PROPERTY AND EQUIPMENT OTHER ASSETS Prepaid COA Escrow TOTAL OTHER ASSETS TOTAL ASSETS COMMERCIAL CONSOLIDATED, INC. BALANCE SHEET (UNAUDITED) DECEMBER 31, 2001 5123552992 p.12 CURRENT ASSETS Cash and cash equivalents $ 621,317 Contract receivables 2,466,237 Contract receivables - retainage 2,550,385 Cost in excess of billings and estimated earnings 324,288 Other receivables 123'712 TOTAL CURRENT ASSETS 6,085,939 See Accountant's Compilation Report -2 3,178,414 101,564 70,749 18.000 149,087 (1,284,934) 2,232,880 800 800 $ 8,319,619 Sep 13 02 01:53p Ronnie Lewis LtABJLITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES Accounts payable $ 848,950 Accrued expenses 3,059,302 Payroll taxes payable 372 Franchise tax payable 21,177 Line of credit - Community State Bank 349,704 Billings In excess of cost and estimated earnings 1,079,121 Notes payable, current portion 95,863 TOTAL CURRENT LIABILITIES 5,454,489 LONG -TERM LIABILITIES Notes payable, less current portion TOTAL LONG -TERM LIABILITIES TOTAL LIABILITIES STOCKHOLDER'S EQUITY Capital stock Retained earnings TOTAL STOCKHOLDER'S EQUITY COMMERCIAL CONSOLIDATED, INC. BALANCE SHEET (UNAUDITED) DECEMBER 31, 2001 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 8,319,619 See Accountant's Compilation Report -3- 5123552992 p.13 664,414 664,414 6,1 18.903 1,000 2,199,716 2,200,716 Sep 13 02 01:53p Ronnie Lewis COMMERCIAL CONSOLIDATED, INC. STATEMENT OF INCOME AND RETAINED EARNINGS (UNAUDITED) FOR THE YEAR ENDED DECEMBER 31, 2001 SALES COST OF GOODS SOLD GROSS PROFIT TOTAL EXPENSES INCOME FROM OPERATIONS OTHER INCOME Other income Interest income See Accountant's Compilation Report 5123552992 $ 28,196,432 25,722,018 2,474,414 EXPENSES 29,883 Advertising 29,586 Accounting 26,736 Auto and truck expense ,434 Business promotion 61 61,000 Consulting fees 459,587 Depreciation 4,296 Donations 44,296 Fuel 148,390 Insurance 21,999 Interest 13,197 Meals and entertainment 13,397 Office supplies 49,323 Other expenses 44,592 Outside services /contract labor 258,529 Repairs and maintenance 97,692 Rents 342,364 Salaries and wages 63,484 Taxes and licenses 63,484 Telephone and utilities 1,835,880 638,534 7,574 1,002 8,576 TOTAL OTHER INCOME 647,110 NET INCOME RETAINED EARNINGS, BEGINNING OF YEAR 2,346,883 DISTRIBUTIONS TO STOCKHOLDER (794,277) RETAINED EARNINGS, END OF YEAR $ _ 2,199,716 p. 14 Sep 13 02 01:53p Ronnie Lewis CASH FLOWS FROM OPERATING ACTIVITIES Net Income COMMERCIAL CONSOLIDATED, INC. STATEMENT OF CASH FLOWS (UNAUDITED) FOR THE YEAR ENDED DECEMBER 31, 2001 See Accountant's Compilation Report 5123552992 $ 631,907 Adjustments to reconcile net income to net cash provided by operating activities: 470,466 Depreciation (Increase) decrease in: Contracts receivable 477,209 Other receivables (107,029) Other assets 5,331 Prepaid insurance 10,995 Costs and estimated earnings in excess of billings on uncompleted contracts 30,689 Increase (decrease) in: Accounts payable (266,039) Accrued expenses (397,427) Franchise tax payable 10,346 Payroll taxes payable (1,928) Accrued interest payable (47,250) Billings in excess of costs and estimated earnings on uncompleted contracts - 648,850 NET CASH PROVIDED BY OPERATING ACTIVITIES 1,466,120 CASH FLOWS FROM INVESTING ACTIVITIES (598,137) Purchase of equipment Cash distributions to stockholder (370,033) NET CASH USED BY INVESTING ACTIVITIES (968,170) CASH FLOWS FROM FINANCING ACTIVITIES (439,880) Net payments on notes payable NET CASH USED BY FINANCING ACTIVITIES (439,880) NET INCREASE IN CASH AND CASH EQUIVALENTS 58,070 CASH AND CASH EQUIVALENTS, BEGINNING OF THE YEAR 563,247 CASH AND CASH EQUIVALENTS, END OF THE YEAR $ 621,317 SUPPLEMENTAL DISCLOSURE: 21,999 Interest paid p. 15 Sep 13 02 01:53p Contracts completed during the period Contracts in progress at end of period . Ronnie Lewis 5123552992 p.16 COMMERCIAL CONSOLIDATION, INC. SCHEDULE 1 EARNINGS FROM CONTRACTS (UNAUDITED) FOR THE YEAR ENDED DECEMBER 31, 2001 REVENUES COST OF GROSS EARNED REVENUES PROFIT 13,171,449 $ 11,696,620 $ 1,474,829 15,024,983 14,025,398 999,585 $ 28,196,432 $ 25,722,018 $ 2,474,414 See Accountant's Compilation Report 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sep 13 02 01:54p Ronnie Lewis Supplemental Schedules 5123552992 p.17 LE 2 CONTRACTS COMPLETED (UNAUDITED) fD FOR 711E YEAR ENDED DECEMBER 31, 2001 - - D L7 DURING THE PERIOD ENDED CONTRACT CONTRACT TOTALS BEFORE JANUARY 1, 2001 DECEMBER 31, 2001 N REVENUES COSTS OF GROSS REVENUES COSTS OF GROSS REVENUES COSTS OF GROSS p .1064 NAME EARNED REVENUES PROFIT EARNED REVENUES PROFR EARNED REVENUES PROFIT 01 213 SAN ANTONIO CHRISTIAN SCHOOL $ 420,085 $ 399,081 $ 21,004 $ 419.045 $ 390,093 $ 20,952 $ 1,040 $ 988 $ 52 4 223 UNIVERSITY OF TEXAS PARKING GARAGE 156.104 146.299 7,805 138.453 131,531 6.922 17.651 16,768 883 a 224 NEW AIRPORT HILTON 186,423 177.102 9,321 159.622 151,641 7.981 26,801 25.461 1,340 225 BEE CAVES ARMORTY 269,616 256.137 13,481 223.812 212.621 11,191 45.806 43.516 2,290 226 UNIVERSITY OF TEXAS PSYCHOLOGY 1,353832 1,286.140 07.692 1,306.963 1,240,760 65,303 47.769 45,380 2,389 239 LADERA APARTME670/ROLLING OAKS 1.671.554 1,703.114 168.440 1,400,066 1.190,056 210010 471,488 513.068 (41.570) 37 246 INKS LAKE DAM PROJECT 1.655,760 1.572,972 82.788 893.937 849,240 44.697 761.023 723.732 38,091 0 247 ALEXAN @ QUARRY 311.791 296,201 15.590 309,650 294,167 15,483 2,141 2,034 107 7 250 TOSCANA APARTMENTS 966,088 822,028 144,060 913,160 776,203 136.977 52,908 45.825 7083 D 252 RIVER LODGE APARTMENTS 203,309 791 202,518 - - - 203,309 791 202,518 10 253 ARCMS TONE AT CANYON CREEK 1,423.160 1.352,002 71,158 1,323,060 1.170,969 152100 100.091 185.033 (80942) 255 FAIRFIELD @ DEER PARK 1.003,732 769.193 234,539 767,963 652,760 115.195 235.769 116,425 119.344 1 256 MANSIONS AT CANYON SPRINGS 835.552 794.724 41.628 812,138 771.531 40,607 24.414 23,193 4221 01 260 VILLAS @ WESTERN 072105 669.215 825,466 43,749 817,284 763,238 54,046 51.931 62,228 (10,297) E 261 DEERFIELD @ BRODY LANE 1439,420 1,116.072 320,440 1.117,830 950.156 157,674 321,590 168,816 152374 N 263 SADDLECREEK APARTMENTS 616.387 585,568 30.819 566.436 538,114 28,322 49,951 47.454 2.997 265 CEDAR RIDGE APARTMENTS 512.228 486,617 25,611 12.351 11,133 618 459,877 474.864 24,993 266 MANSIONS ON 114E GREEN 1678.679 1,784 745 93.934 1,391,538 1,321,961 69,577 487.141 462,784 24,357 269 MISSION RANCH 1406,632 1,336,300 70,332 1458,505 7.110.080 58.425 238,127 226.220 17,907 270 MELROSE APTS. PARSE II 386,985 367.636 19.349 383.005 363.855 19,150 3.900 3.781 199 271 MACONDA PARK APARTMENTS 815,306 751.323 63.985 771.130 698,636 72494 44,178 52.687 (8,509) 273 NORTH DUVAL TOWNHOMES 311,313 295,747 15.566 288,069 273,666 14,403 23,244 22.551 1,163 771 THE VINEYARD 1.532,527 1,455,901 76,626 1442901 1.065,756 57,145 389,626 370,145 19481 278 VILLAGE@ COLLINWOOD 389.925 370,429 19,495 155,628 337,847 17,781 34.297 32.562 7.715 279 HEARTHSIDE INN 130,563 124,035 6,528 111,261 105,698 5,563 19,302 18,337 965 280 ALEXAN @ CITYVIEW 974,352 925.634 48,710 104,113 98,907 5.206 670,239 826.727 43,552 281 FOUR POINTS /JEFFERSON LAKE TRAVIS 1,464.666 1.198,195 266.471 461,862 392.583 69.279 1,022,004 605.612 217,192 262 500T1-nWEST TRAILS 651,662 675.579 32.583 274.520 260.319 13.701 377642 358.760 18.882 283 51 ONE MANOR @ SONTERRA 585189 555,930 29,259 313,507 297.B32 15,675 271.662 258,598 13,584 204 JEFFERSON COI,1MONS 810,845 770,303 40.542 653,056 620441 32,655 157,745 149,862 7,887 286 FLINTROCK @ HURST CREEK 245.669 233,405 12.284 208.778 197,769 10.409 37.511 35.536 1,075 287 VISTA OF SONTERRA 244,826 232,585 12,241 20,984 19,935 1,049 223,842 212,650 11,192 289 WESTCREEKTOWNHOMES 581,538 552,461 29077 201.995 191,695 10,100 379,543 300666 16,977 292 JEFFERSON CENTER 1537,547 1,449,595 87.951 - . 1,537,547 1,449,596 67,951 293 VILLAS @ WESTERN OAKS. PHASE II 720,066 512.013 208,053 120.652 102.554 18,098 599,414 509.959 169,955 295 MANSIONS @ CANYON CREEK 1,158,038 1,023,836 134,202 - - - 1,158,030 1023,836 134202 288 THE ENCLAVE AT BUCKHORN 399,471 379,497 19.974 - - 399.471 379.497 19,974 294 KATY CROSSING SECTION 5 384,727 365,491 19.236 - - 384.727 365.491 19,236 1,115C UNALLOC JOB COST /CONTRACT ADJ. 1,596506 1.380,679 216.357 - - 1 ,596,986 1.380,529 216357 TOTALS 5 32,322,792 5 29,279.175 5 3.043617 5 19.151,343 5 17582,555 5 1,568.760 5 13,171440 5 11.696 020 5 1,474829 ME M. MEI 11. IN MOW CONTRACTS IN PROGRESS (UNAUDITED) (1) FOR THE YEAR ENDED DECEMBER 31. 2001 . 15 JOB Y CONTRACT Sz- ACC00n.ir, - S Compd.. . (4) TOTAL CONTRACT FROM INCEPTION TO DECEMBER 31, 2001 AT DECEMBER 31, 2031 FOR THE YEAR ENDED DECEMBER 31. 2001 O N COSTS AND BILLINGS IN ESTIMATED ESTIMATED EXCESS OF 0 GROSS GROSS ESTIMATED EARNINGS COSTS AND GROSS PROFIT REVENUES COST OF PROFIT BILLED COST TO IN EXCESS ESTIMATED REVENUES COST OF PROFIT PERCL REVENUES (LOSS) EARNED REVENUES (LOSSI TO DATE COMPLETE OF BILLINGS EARNINGS EARNED REVENUES (LOSS) C084pL: (11 a 290 IBIMIVOLI 5 2.168973 195.208 5 1,984,370 5 1,805.605 5 176.585 5 1,900,721 5 168.080 $ 83,549 5 - 5 1,984270 $ 3,805.685 6 178,585 91 291 SPRING VALLEY 569,495 29475 522,871 496.727 26.144 522,871 63,296 - 522,871 490.721 26,144 02 296 BRISTOL PARK 1.301,635 50,082 803,309 761,243 40.066 801.309 190.310 - - 801.339 761.243 40,066 80 298 0007E05 AT BLUFF SPRINGS 455,920 22,796 407,435 367,063 20,372 407.435 46,063 - - 407435 387,063 20.372 11. M 299 CAMPUSCROSSMG 937,893 84,410 629,605 572.941 56,664 502.729 280.542 - 273.124 629,605 572.943 56.564 6 30 () 0 AMU Q FARMER PARK 333 477 30,013 263,247 230455 22,792 333.417 73,009 - 60.230 253.241 230.455 22 792 73 301 RAVINA 1.023.579 51,179 912.097 866,492 45605 912.091 105,908 - - 912,097 866 45,605 86 J 302 ROUND BOGK EAST 497,795 24,890 412.231 391,619 20612 412231 61,286 - 412,231 391.619 20,62 82 303 110510341-13_15 476.695 23,535 389,638 370.156 19,482 389,638 62,704 369,638 370.156 19,482 BI ID 305 RANCH Q DAVIS SPRINGS 1,293,371 116,414 4,133,764 1,031 716 302.048 1,228,651 345241 - 94,387 1,113264 1031,716 102,048 87 306 RIVERHORSE RANCH 1.152.518 57,631 999,961 949,963 49,998 992961 145.024 - - 999.961 949963 49999 8 r 307 DOVE VALLEY RANCH 280272 33.039 226.535 215,493 11,342 226,835 32240 - - 226,835 235,493 11342 80 Q 309 ALEXAN STASSNEY FITS. 2.009.333 180.638 1206,227 1.091,667 108.560 a 742054 730808 535,827 3,206.277 1097.667 109.560 60 E 312 LANTANA 3AUL11- FAMILY 3,014061 50,703 896,962 952.114 44848 896.952 113,244 - 096,962 652,114 44848 313 SWO 1 79,361 3963 35.403 34,013 1,790 35.803 41.285 35803 34,033 1,790 35' N 374 4446S1065 AT 56E334E18 RANCH 2,475,254 423,783 3,318.372 1,303453 88219 1.378.372 1,042,018 - - 1370,372 1,300,453 50,919 55. 315 MANSIONS ON IHE GREEN II 875.166 60,765 484,277 43,692 43,585 567.380 173.709 - 83,103 484277 40,492 43585 7: ' 316 5000 FAIRFAX 493.348 9,667 62,554 59.426 3,128 62,554 324255 - 62,554 59.926 3,128 32 317 SADDLE BROOK 209.241 10.462 166317 176,901 9,438 188,317 19,878 - - 186317 176901 9,416 9.7. 310 CEDAR PARK TOWNHOMES 2,481503 74,445 1,054,975 3.373,326 31,649 1,054,915 1383.732 - - 1,054975 3,023,320 31649 42 319 TEXAS T9407TION5 525,924 47,603 365,736 332.820 32,916 378,387 148,501 - 12,451 365,736 332.620 32.916 60 320 LODGE Q tABELINE VILLAGE 2.400.036 216,003 878 498490 617,433 61,065 437.758 1 586.600 240,740 - 676.490 617,4_33 61 065 28. 5 222'54,333 5 1477_184 5 15024,983 5 1 5 999,565 5 15,79,837 5 6,755253 5 324,288 6 1,079421 6 15.024.963 5 14.025,390 5 999.565 Fax Sheet Date Number of Pages (includes cover page) Message To From Name Don Rundell Tom Clark Jeff Bell Jim Nuse City Round Rock Name Jason Jones I Telephone 912 - 5157 Gentlemen, cc: Neil Graff Ken Haney HDR Engineering, Inc. September 20, 2002 14 Firm City of Round Rock Public Works Telecopy number called State TX If you do not receive all the pages, please call 512 - 912 -5100 as soon as possible. Department Austin I Job Number 757 I-D:1 218 -5563 Attached is the additional information received this afternoon from Commercial Consolidated, Inc. Please review prior to the meeting on Wednesday, September 25 Please call should you have any questions Thanks 2211 South I.H. 35 Telephone Suite 300 512 - 912 -5100 Austin, Texas Fax 78741 512 - 912 -5158 IO coVRALCONSC 21 1ii%1 Main Office; 10265 Highway 29 West Georgetown, TX 78626 (512) 515 -7799 Fax (512) 515 -7788 Commercial Consolidated Inc. UTILITIES SITEWORK Ronnie Lewis Mob. (512) 663 -9094 Lewisorr @aoUcom Estimating Office: 107 N. Grange Bertram, Tx. 78605 (512) 355 -9094 Exc. 14 Fax (512) 355 -2992 Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512- 355 -9094 fax 512 -355 -2992 email www.lewiscont@crol.com September 20, 2002 HDR Engineering, Inc. Attn: Jason Jones 2211 South IH 35, Suite 300 Forum Park Austin, Texas 78741 Re: Bid for City of Round Rock, Texas East Water Transmission Line — Phase I 48 -inch Barton Hill Transmission Line Dear Mr. Jones, I am writing in response to your request for additional information regarding the management and work history of Commercial Consolidated, Inc. (CCI). I feel that your request for additional information may be due to concern as to whether or not CCI is capable of performing large diameter pipeline work satisfactorily. Our current resume does not reflect such work but I hope to reassure you that CCI is capable and does have many years of experience. The following is a brief history of CCI as well as information on some of the key personnel that would be involved in this project. CCI was incorporated in 1995 when Kenneth and myself, Ronnie Lewis, merged forces. We did this to pool our experience, resources and knowledge. This benefited both parties, strengthening our business approach in all aspects. The success of CCI speaks for itself. The majority of the work that we have done since the incorporation of CCI has been in the private sector but we have done many public jobs as well, throughout Texas. In the past seven years, we have completed or are in the process of doing, over 350 projects. The projects range in size from approximately $20,000 to over $2,500,00. Each project has been completed to the satisfaction of all parties involved and all have met targeted completion dates. Attached please find a list of some of the jobs that we have completed with a brief description of each. Kenneth Lewis, President of CCI, is responsible fontheoverall operation of the company. He has been involved in the underground construction and excavation industry for approximately 26 years. I am President of Lewis Contractors, Inc. and General Manager for Commercial Consolidated, Inc. I am in charge of estimating and bidding, as well as directing field operations. I have 31 years of experience in the underground construction business with many large diameter projects to my credit. Leonard Meredith joined CCI and Lewis Contractors in 1997. He is currently the Project Manager, involved with bidding, obtaining contracts and the execution of projects. He has also worked as a Field Supervisor. He has a total of 12 years experience in this industry. Leoncio "Shorty" Balderas began working for Lewis Contractors in 1981 as a laborer. As a result of his hard work and determination, he is now a Field Operations Manager in charge of scheduling and directing manpower and equipment for the execution of field operations. HDR Engineering, Inc. September 20, 2002 Page 2 of 2 Matthew Lewis is the Purchasing Manager. He is responsible for the purchase and delivery of materials in a timely manner. Matthew has been involved in both the office and field operations for nine years. Our employees have all had extensive safety training. We also have a full time Safety Officer, Jimmy Palmer, on our staff. Jimmy has over 30 years of experience in the industry as well as specialized training in safety from such organizations as OSHA. Attached please find resumes on the above - mentioned persons. The crew that CCI would assign to this project has worked for the company for many years and does have applicable experience. They were involved in all of the large diameter projects referred to earlier. Your project is within 15 minutes of our main office which is beneficial to you in that it allows CCI management to remain very involved on a daily basis — management that is active and interested and on hand in the event of questions or problems on the job. Kenneth and I believe that Commercial Consolidated, Inc has not only offered the City of Round Rock the lowest bid on this project but also a qualified, reputable, and experienced group of individuals to perform the work. We are also concerned and want the City of Round Rock to be aware of the possible ramifications of being the low bidder but not being awarded this job. This has never occurred in our past and could severely damage our reputation in this industry, as it must be revealed on future bids. We would sincerely appreciate your careful consideration in this matter. Please do not hesitate to contact me directly on my mobile phone at (512) 663 -9094 Thank you for your time and attention to this matter. Sincerely, Enclosures Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512- 355 -9094 fax 512 -355 -2992 email www.lewiscont@aol.com Resume: Kenneth A. Lewis Assignment: President Experience: 1995 to Present 1994 to 1995 1988 to 1994 1981 to 1988 1976 to 1991 Professional: Construction Safety Commercial Consolidated, Inc. Acting President. Specializing in underground utilities and excavation. The company has one hundred eighty full -time employees and anticipates an annual income of exceeding $25,000,000. Lewis Construction Owner. Specialized in utility construction. The company had thirty -three full -time employees and annual revenues of $6,000,000. Diversified Services, Inc. Partner. Began working as a General Superintendent and was promoted to full partner. Diversified Services engaged in excavation, site work, and utility construction. The company had gross annual revenues of approximately $7,000,000. Western Contractors Owner. Specialized in utility construction. Started with five employees and eventually grew to eighty -five employees. The company had annual revenues of $13,000,000. Lewis Contractors General Superintendent. Hired as a foreman for five -man crew. I was promoted to General Superintendent with responsibility for fifty employees. The company specialized in utility construction. Competent Person Trench Safety Certified Confined Space Safety Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512- 355 -9094 fax 512 -355 -2992 entail www.lewiscont@aol.com Resume: Ronald Lewis Assignment: Experience: 1995 to Present Professional: President and General Manager of Construction Businesses General Manager 1973 to Present Owner 1971 to 1973 Owner Construction Safety Commercial Consolidated, Inc. Concrete Structures, Sitework, and Underground Utilities within Texas Lewis Contractors, Inc. Sitework and Underground Utilities within Texas N.L. Lease Services Underground Utilities within Texas A founding member of Texas Utility Contractors Associates. State President 1987 and 1988. Competent Person Trench Safety Certified Confined Space Safety Education: 1970 Marble Falls High School Graduated Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512 -355 -9094 fax 512- 355 -2992 Resume: Assignment Experience: Leonard Meredith Project Manager Estimator 1997 to Present Project Manager Estimator 1990 to 1997 Foreman Superintendent Professional: Construction Safety Education: 1985 -1990 email www.lewiscont @aol.com Commercial Consolidated, Inc. Concrete Structures, Sitework, and Utilities Austin and San Antonio, Texas Nelson Lewis, Inc. Municipal Capital Improvement Projects Central Texas Competent Person Trench Safety Certified Confined Space Safety Texas Tech University Lubbock, Texas B.A. - Finance Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512 -355 -9094 fax 512- 355 -2992 email wwwlewiscont @aol.com Resume: Leoncio Balderas Assignment: Field Operations Manager Experience: 1995 to Present Field Operations Manager 1992 to 1995 Project Superintendent 1991 to 1992 Rhode Pipeline Co. Foreman Pipeline construction Project Superintendent 1981 to 1991 Foreman Commercial Consolidated, Inc. Concrete Structures and Underground Utilities, Austin area Lewis Contractors, Inc. Underground Utilities, Austin area Lewis Contractors, Inc. Pipe Layer, Grade Setter, Operator and Foreman Professional: Construction Safety Competent Person Trench Safety Certified Confined Space Safety Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512- 355 -9094 fax 512- 355 -2992 email www.lewiscont @aol. com Resume: Matthew Lewis Assignment: Purchasing Manager and Estimator Experience: June 2002 to Present Purchasing Manager Estimator 1999 to June 2002 Area Manager 1995 to Present Project Superintendent 1993 to 1995 Project Superintendent Project Foreman 1992 to 1993 Professional: Construction Safety Commercial Consolidated, Inc. Concrete Structures, Sitework, and Utilities Austin and San Antonio, Texas Commercial Consolidated, Inc. Area Manager of San Antonio Operations Commercial Consolidated, Inc. Statewide construction of underground utility projects Lewis Contractors, Inc. Construction of underground utility TexCrete Precast Concrete Competent Person Trench Safety Certified Confined Space Safety Education: 1992 Waxahachie High School Graduated 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 phone 512 -355 -9094 fax 512- 355 -2992 email www.lewiscorn@aol.com Resume: Jim Palmer Assignment: Safety Compliance Officer Experience: 1999 to Present Safety Compliance Officer Professional: Licenses Education: 1989 to 1999 Director 1980 to 1989 General Manager 1974 to 1980 1971 to 1974 Pipe Layer and Operator Commercial Consolidated, Inc. Concrete Structures, Sitework, and Underground Utilities within Texas Del Rio Water Utility Director of Water and Wastewater Commanche Hills Utility Dist. General Manager of Utility Dist. LBJ M.U.D. Worked up from Laborer to General Manager N.L. Lease Service Pipe Layer and Operator for Underground Utilities Pipelines 1968 to 1971 Various construction jobs and Truck Driver B- License in Water Treatment Distribution B- License in Wastewater Treatment and Collection Construction Safety Competent Person Trench Safety Certified Confined Space Safety TEEX 80 hours of OSHA Safety Training Qualified Instructor TXDOT 80 hours of Work Zone Safety Protection Water and Wastewater Treatment, Distribution And Collection Over 500 hours 1968 Marble Falls High School Graduated JOB INFORMATION Commercial Consolidated, Inc. Shadowglen Water Improvements 9,400 LF of 24" Ductile Iron Owner - Travis Co. MUD #2 Developer — Shadowglen Residential Engineer — Charles Steinman (512) 454 -6777 Completion date projected for January 2003 Villas at Guadalupe 1,100 LF of 12" C -900 Owner - City of Austin Developer - White Oak Builders — Rex Brown (281) 655 -5314 Completion date projected for November, 2002 Swenson Farms 3,400 LF of 16" Ductile Iron Owner — City of Pflugerville (512) 251 -3076 Developer — Trammell Crow — Dwayne Brown (214) 922 -8588 Completion date projected for October 2002 Villages of Sage Creek 1,800 LF of 16" Ductile Iron Owner — City of Austin Developer — Callaway Contractor — Greg Grandjean (210) 829 -4838 Completed May, 2002 Gold Canyon Road Extension 1,600 LF of 16" Ductile Iron Owner — SAWS — (210) 704 -7297 Developer — Camden Development — Jack Shinn (713) 354 -2500 Completed March, 2002 Cedar Park Townhomes 1,800 LF of 12" C -900 Owner — City of Cedar Park Developer — Park Place Construction — Glenn Lynch (817) 341 -1378 Completed January, 2002 Lantana Apartments 4,300 LF of 12" C -900 Owner — Finger Construction — Gene Taylor (713) 864 -3313 Developer — Finger Construction - Gene Taylor (713) 864 -3313 Completed September, 2001 Ranch (a, Davis Springs 2,000 LF of 16" and 12" Ductile Iron Owner — City of Austin Developer — Clark Construction — Michael Holk (214) 363 -6063 Completed July, 2001 IBM/Tivoli Campus Systems 2,700 LF of 16" and 12" Ductile Iron Owner — City of Austin Developer — IBM Corporation General Construction - H.C. Beck — Joe Tracy (512) 997 -5000 Completed June, 2001 The Vineyards 5,700 LF of 16" and 12" Ductile Iron Owner — Bexar Met. — (210) 922 -1221 Developer — Trammell Crow General Construction — Joeris General Contractor — Helen Keaton — (210) 494 -1638 Completed November, 2000 Briggs Ranch 8,400 LF of 16" Ductile Iron Owner — Bexar Met — (210) 922 -1221 Developer — Wayne Rogers Const. — (210) 508 -4420 Completed February, 2000 JOB INFORMATION Lewis Contractors, Inc. Moore's Crossing — $2.8 million 10,000 LF of 36" Water Transmission Main from Burleson Rd @ Hwy 183• to Moore's Crossing Rd @ FM 873. City of Austin — Public - Matt Kite (512) 974 -2000 Completed 1990 Dallas Water Utilities - $7.3 million 7,000 LF of 96" Water Line, beginning near the Trinity River, East of 1 -45 to a pump site Location @ Illinois Ave & E. Missouri Avenue. Dallas Water Utilities — Public - (214) 670 -8681 Completed 1990 Kempner Water Supply - $3 2 million 24,000 LF of 30" and 24" Water Line, beginning at a new water storage facility on South Fort Hood and continuing to F.M. 2657 near Kempner, Texas. Kempner Water Supply Corp. — Public Stegar & Bizzell — Charles Stegar - (512) 930 -9412 Completed 1988 Onion Creek Wastewater Interceptor 12,000 LF of 48" and 42" RCP at depths from 35' to 40'. Location — east of 1H -35, along Onion Creek Southland Oaks MUD Espey Houston & Assoc. - James Rodgers (713) 977 -1500 (Now Post, Buckley, Shuh & Jernigan, Inc.) Completed 1988 Williamson Creek Wastewater Interceptor 15,000 LF of 42" and 36" RCP beginning at Sunset Valley and extending to Oakhill City of Austin — Public — Matt Kite (512) 974 -2000 Espey Houston & Assoc. — David Smith (713) 977 -1500 (Now Post, Buckley, Shuh & Jernigan, Inc.) Completed 1989 South Austin Water Transmission Main - $5 20 million 7,750 LF of 48" Water Line, starting at Woodland Ave. and Parker Lane (3/10 of mile east on IH -35) to Kinney Avenue and Collier Street (2/10 of mile West of Lamar). City of Austin — Public — Matt Kite (512) 974 -2000 Completed 1987 East Austin 66" Transmission Main Phase 1 &2 - $11.8 million 18,000 LF of 66" Transmission Main, beginning at Ed Bluestein on F.M. 969, continuing to Johnny Morris Road, northbound, to the water storage facility on Highway 290, between Austin and Manor. City of Austin — Public - Matt Kite (512) 974 -2000 Espey Houston & Assoc. — David Smith (713) 977 -1500 (Now Post, Buckley, Shuh & Jernigan, Inc.) Completed 1989 Mt. Bonne 11 48" Water Transmission Main - $5.2 million 45,000 LF of 48" Water Transmission Main starting at F.M. 2222 @ Mt. Bonnell Rd. to Ledge Mt. Drive at Cat Mountain Drive. City of Austin — Public — Matt Kite (512) 974 -2000 Currington Engineers (no longer in business) Completed 1986 Shoal Creek Wastewater Interceptor - $4.10 million 65,000 LF of 24" and 21" Wastewater Line, starting in Shoal Creek at Greenlawn Drive, continuing to Shoal Creek north of Highway 183. City of Austin — Public — Matt Kite (512) 974 -2000 Engineer information not available at this time Completed 1985 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 } September 25, 2002 Mr. Don Rundell, P.E. City of Round Rock 2008 Enterprise Round Rock, TX 78664 Re: City of Round Rock East Water Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line Recommendation to Award Contract Dear Mr. Rundell: On September 10, 2002, HDR Engineering assisted the City of Round Rock in opening bids for the above referenced project. A tabulation of the bids received is attached. The apparent low bidder was Commercial Consolidated, Inc. from Bertram, Texas. HDR has reviewed the bid proposal submitted by Commercial Consolidated. Commercial Consolidated has also provided the attached letters regarding their qualifications and experience. It is apparent based on the information provided that Mr. Ronnie Lewis is experienced and qualified in the construction of large diameter pipelines. Contingent upon Mr. Ronnie Lewis's agreement to visit the job site on a daily basis, we recommend that the City of Round Rock accept the bid of Commercial Consolidated in the amount of $2,287,456.50 for the installation of Ductile Iron Pipe. We have prepared the attached NOTICE OF AWARD letter and other contract documents. HDR will forward these documents to Commercial Consolidated if the City of Round Rock concurs with this recommendation. Should you have any questions, please call me at 912 -5107 or Jason Jones at 912 -5158. Sincerely, HDR Engineering, Inc. times K. Haney, P.E Excecutive Vice President attachments (5) HDR Engineering, Inc. Employee Owned Suite 300 Telephone 2211 South IH 35 512 912 -5100 Aust i n, Texas Fax 78741 512 912 -5158 Monday, September 30, 2002 7:20 PM Ronnie Lewis 512- 355 -2992 p.02 Commercial Consolidated, Inc. P.O. Box 1090 Liberty 1411!, TX 78642 phone 512 -355 -9094 fax 512 -355 -2992 email www.lesviscont@aol.com September 26, 2002 HDR Engineering, Inc. Attn: Jason Jones 2211 South III 35, Suite 300 Forum Park Austin, Texas 78741 Dear Mr. Jones, This letter is in response to the telephone conversation with you yesterday. My personal attention will be given to the above referenced project on a daily basis. I will oversee and direct the project to insure that the line will be constructed in a safe, timely and professional manner. If for any reason I am unable fulfill my daily site visits, Kenny Lewis will be on available to carry out those duties. We will prepare a notice for our pipe supplier to proceed with the pipe plans upon receipt of a letter of intent from you. We are commencing with the submittals for the remaining items as well. Please do not hesitate to contact me directly on my cell phone at (512) 663 -9094 if you have any Questions. Sincerely, Re: Bid for City of Round Rock, Texas East Water Transmission Line — Phase I 48 -inch Barton Hill Transmission Line 3.0 GEOTECHNICAL EXPLORATION REPORT FUGRO SOUTH, INC. OR Lama 1.1.1 11:1 0 t SUBSURFACE INVESTIGATION 48 -INCH BARTON HILL CONNECTION LINE ROUND ROCK WATER SYSTEM IMPROVEMENTS ROUND ROCK, TEXAS HDR ENGINEERING, INC. AUSTIN, TEXAS � lm I mdlh� I I . FUGRO SOUTH, INC. 1 \', HDR Engineering, Inc. 2211 South IH -35 I Suite 300, Forum Park Austin, Texas 78741 r Attention: Mr. Jason Jones Subsurface Investigation 48 -inch Barton Hill Connection Line Round Rock Water System Improvements I Round Rock, Texas Submitted herein is the report of the subsurface investigation for the above referenced �. project. The project is located near the intersection of Westinghouse Road and Interstate 35 in Round Rock, Texas. In brief, this report includes a plan of borings, boring logs with strata ' descriptions and laboratory test results, and a summary of the subsurface conditions encountered. 1�1 Authorization The investigation was authorized by Mr. James K. Haney, P.E., Executive Vice President of HDR Engineering, Inc., with the execution of a short form subconsultant agreement. Fugro's proposal dated February 23, 2001 outlined the scope of services. 1 � Purpose and Scope The purpose of the investigation was to determine subsurface conditions at the boring locations. The scope of the investigation included both field and laboratory programs for obtaining and testing representative samples of the subsurface strata and an engineering phase to assemble the data. Field sampling, laboratory testing, soil classifications and strata descriptions were in general accordance with methods, procedures, and practices set forth by the American Society for Testing and Materials, 2000 Annual Book of ASTM Standards, where 1 applicable. I:J A member of the Fugro group of companies with offices throughout the world. � GRO 8613 Cross Park Drive Austin, Texas 78754 Phone: 512 - 977 -1800 Fax: 512-973-9966 Report No. 1001 - 2808 -1 August 24, 2001 GRIM HER Engineering, Inc. Report No. 1001- 2808 -1 Mr. Jason Jones Page 2 of 6 Field investigation Six borings (designated as B -1 through B -6) were drilled for this project. Five of the six borings were drilled to a depth of 30 ft, and boring B -3 was drilled to a depth of 40 feet. The approximate locations of the borings are plotted on the Plan of Borings, Plate 1. Detailed descriptions of the subsurface materials encountered at the boring locations are presented on the boring logs, Plates 2 through 7. Keys to terms and symbols used on the boring logs are presented on Plates 8 and 9. Detailed descriptions of subsurface materials encountered are presented on the logs. Further, standard penetration test N- values in blows per foot, pocket penetrometer values in tons per square foot, and core recovery and Rock Quality Designation (ASTM D 6032) values in percent, are shown on the logs of borings. The borings were drilled using a truck- mounted rig equipped with 1) continuous flight augers for advancing the holes dry and recovering disturbed samples (ASTM D 1452), 2) seamless push -tubes for obtaining samples of cohesive strata (ASTM D 1587), and 3) split - barrel samplers and drive - weight assembly for obtaining representative samples and measuring the penetration resistance of noncohesive strata (ASTM D 1586), and 4) double -tube wireline core barrels equipped with diamond or carbide bits for obtaining 2 -inch diameter rock cores (ASTM D 2113). Laboratory Testing The laboratory testing program was directed toward evaluation of the compressive strength of the limestone strata and classification of the surficial soils. To determine compressive strength, unconfined compression tests (ASTM D 2166 and 2938) were performed on selected intact soil samples and limestone cores. Liquid and plastic limit analyses (ASTM D 4318) and the percent of material passing the No. 4, 40 and 200 sieves (ASTM D 422) were performed on selected soil samples to aid soil classification. The classification and unconfined compression tests included natural water content determinations (ASTM D 2216). The unconfined compression tests also included unit dry weight determinations. The laboratory test results are presented on the boring logs at sample recovery depth. GRO E ®® i HDR Engineering, Inc. Report No. 1001-2808-1 Mr. Jason Jones Page 3 of 6 Descriptions of strata made in the field at the time the borings were drilled were modified in accordance with results of laboratory tests and visual examination in the laboratory. All recovered soil samples were examined and classified in general accordance with ASTM D 2487 and described as recommended in ASTM D 2488. Rock strata were classified in general accordance with "Rock Classification and Description ", Chapter 1, Section 5, NAVFAC • DM-7. Classifications of the soils and finalized descriptions of both rock and soil strata are shown on the boring logs. Geology and Subsurface Conditions Mapped Geology. According to the Geologic Atlas of Texas, Austin Sheet, the project site is located in a structurally complicated area that consists of clay and shale of the Del Rio formation and limestone of the Georgetown formation. The Del Rio and Georgetown formations are briefly described below from youngest to oldest: • The Del Rio formation is a greenish -gray to olive -brown, selenitic, calcareous, pyritic, and fossiliferous clay. Kaolinite comprises about 50 percent of the clay mineral fraction. Illite is generally present in unweathered samples in much larger quantities than montmorillonite. However, during the weathering process Illite alters to montmorillonite. • The Georgetown formation is comprised of thin beds of gray to tan, richly fossilliferous, nodular, fine- grained limestone, marly limestone and marl. The contact between the Del Rio and Georgetown formations can be conformable This transition zone may contain altemating layers of clay and shale of the Del Rio formation and limestone of the Georgetown formation. Stratigraphy and Engineering Properties. Subsurface conditions can best be understood by a thorough review of the boring logs presented on Plates 2 through 7. A brief summary of the subsurface conditions is presented in the following paragraphs. U.S. Navy (1971), Design Manual - Soil Mechanics, Foundations, and Earth Structures, NAVFAC DM -7. 2 Fisher, W.L. (1974), "Geologic Atlas of Texas, Austin Sheet,' Bureau of Economic Geology, The University of Texas at Austin, map and accompanying bulletin. Sellards, E.H., Adkins, W.S., and Plummer, F.B., Fifth Printing 1996, The Geology of Texas, Volume 1, Stratigraphy, The University of Texas Bulletin No. 3232, dated August 22, 1932, Published by The University of Texas, pages 382 through 396. HDR Engineering, Inc. Mr. Jason Jones Conditions Report No. 1001- 2808 -1 Page 4 of 6 A surficial layer (2 to 8 ft thick) of brown to dark brown fat clay was encountered at 5 of the 6 boring locations. The surficial fat clay was absent at the boring 8 -3 location. The brown to dark brown fat clay has measured plasticity indices of 47 and 50. At the boring B -6 location, the fat clay is overlain by 2 ft of fill material. Fill was also encountered at the ground surface at the boring B -3 location. The consistency of the fat clay generally varied from very stiff to hard. Greenish gray fat clay was encountered from 8 to 18 ft at the boring B -1 location and tan and greenish gray fat clay was encountered from 2 to 5 ft at the boring B -3 location. The greenish gray and tan and greenish gray fat clay have measured plasticity indices of 35 and 38. At the boring B -2, B -4, B -5 and B -6 locations, tan and /or light reddish brown lean clay and /or clayey sand were encountered at depths between 2 and 10 feet. These lean clays and /or clayey sands have measured plasticity indices of 9, 17 and 25. The surficial soils are in tum underlain by tan and gray clayshale and limestone. The clayshale strata have limestone layers within the strata and the limestone strata have clayshale layers within the strata. Core recovery values ranged from 37 to 100 percent and RQD values varied from 0 to 78 percent within the clayshale and limestone strata. Measured unconfined compressive strengths of intact cores ranged from 4.1 to 125 tsf (average 34 tsf). Groundwater. As noted on the boring logs, groundwater was not encountered at the boring locations within the depths penetrated dry with continuous flight augers. Water was introduced into the borings to perform the coring , operation. However, it is common for groundwater to be present, sometimes in large quantities, along fractures and joints within limestone and also along the interface between clayshale and limestone. Gradients of perched or transient groundwater would typically be similar to ground surface elevations. Quantities of groundwater are generally affected by seasonal rainfall conditions. Construction documents should alert potential contractors to the possible presence of groundwater. Since some variation was found in subsurface conditions at the boring locations, all parties involved should take notice that even more variation may be encountered between 1 1 1 1 1 1 1 1 1 HDR Engineering, Inc. Report No. 1001- 2808 -1 Mr. Jason Jones Page 5 of 6 boring locations. Statements in the report as to subsurface variation over given areas are intended only as estimations from the data obtained at specific boring locations. The professional services that form the basis for this report have been performed using that degree of care and skill ordinarily exercised, under similar circumstances, by reputable geotechnical engineers practicing in the same locality. No other warranty, expressed or implied, is made as to the professional advice set forth. The results, conclusions, and recommendations contained in this report are directed at, and intended to be utilized within, the scope of work contained in the proposal letter executed by Fugro South, Inc. and client. This report is not intended to be used for any other purposes. Fugro South, Inc. makes no claim or representation conceming any activity or condition falling outside the specified purposes to which this report is directed, said purposes being specifically limited to the scope of work as defined in said agreement. Inquiries as to said scope of work or concerning any activity or condition not specifically contained therein should be directed to Fugro South, Inc. for a determination and, if necessary, further investigation. The following plates are attached and complete this report: Plate Plan of Borings 1 Boring Logs 2 - 7 Keys to Terms and Symbols Used on Boring Logs 8 & 9 TC W /(h\w)gV12o011LR2808 -1) Attachments Distribution: HDR Engineering, Inc. (Mr. Jason Jones) (4) File (2) Sincerely, FUGRO S Thomas C. Wesling, P.E. Project Manager G HDR Engineering, Inc. Report No. 1001- 2808 -1 Mr. Jason Jones Page 6 of 6 We appreciate the opportunity to be of service to HDR Engineering and the City of Round Rock. We look forward to future assignments. Report No: 1001 - 2808 -1 z O Scale: 1" = 500' PLAN OF BORINGS 48 -inch Barton Hill Connection Line Round Rock Water System Improvements Round Rock, Texas PLATE 1 TYPE: We Rotary LOCATION. See Plate 1 DEPTH, FT SYMBOL SAMPLES BLOWS PER FOOT OR REC /(RQD),% STRATUM DESCRIPTION SURF. EL. ft. Job No. 1001- 2808 -1 LAYER ELEV./ DEPTH WATER CONTENT, % % OLl TI PLASTICITY INDEX(PI), % PASSING NO 200 SIEVE,% UNIT DRY WEIGHT, PCF COMPRESSIVE STRENGTH, TSF ,'r %/ Dark brown fat CLAY, stiff to hard, w /sand and limestone fragments. CH -brown to reddish brown below 6 ft 8.0 18.0 2 25.0 30.0 3 0 = = = =i= Ali -- m -MIi Tiil- - - - - -__ =1=11M11•1111111 I♦ISMEMOMMP 7 - - -m —_ 10 15 / Greenish gray fat CLAY, hard, block-y, calcareous, w/ferrous nodules. CH Imlmmm�� = =m =� - - - - - - - -� -� - -- - - -_ Immiummouarwriim - - -m —� - ---- - - --- ----- MINIIIIIIMMM MI=l1MMENIM� 20 - 100 Tan and gray CLAYSHALE, moderately weathered, low hardness, fissile, w /rust stains. (54) sr = = = === 25 ( Light gray LIMESTONE, highly weathered, hard, fine- grained, slightly nodular, w /gray shale layers. ====.1. MIMM=MI Y , MelliMMI♦M� MillMONSOMMEN� 97 Light gray LIMESTONE, moderately weathered, hard, fine - grained, slightly nodular, w /gray shale layers. NOTES: 1) Boring was advanced dry to the 18.0 -ft depth and no groundwater was encountered above that depth. 2) On completeion of the drilling operation the hole was open to 24.5 ft and the water surface • (drilling fluid) was noted at the ground surface. (18) MMI♦=MEMIN� ElMENNEMMUM.� _ 30 — - 35 - - 40 - _ 45 1 MU_�MI♦ _�___ - . - - -- ��I♦E�� = ==ilMIM � =1.11== I•INEMO=M� MENIMMmin� =101./MME5 = ==. =MENNmIMi- - - - - =� -� - - - - -� - - - - - - - - - -� - - - - -� - - - -IMI� ji LOG OF BORING B -1 48 -inch Barton Hill Connection Line Round Rock Water System Improvements Round Rock, Texas COMPLETION DEPTH: 30.0 ft DEPTH TO WATER: See Note DATE: 7/27/01 uGRO 1.1 =Unconfined P =Pocket Penetrometer Q =Unconsolidated T =Tor,' Untrained Triuial PLATE 2 1 TYPE: Wet Rotary LOCATION: See Plate 1 DEPTH, FT "TOEWAS SAMPLES BLOWS PER FOOT OR REC /(RQD), % STRATUM DESCRIPTION SURF. EL. ft* Job No. 1001 - 2808 -1 LAYER ELEV./ DEPTH WATER • CONTENT, % 1WT'I GIncwl PLASTICITY INDEX(PI),% PASSING NO. 200 SIEVE,% UNIT DRY WEIGHT, PCF COMPRESSIVE STRENGTH, TSF - - - - Dark brown fat CLAY, very stiff to hard w /sand and limestone fragments. CH 7,0 4 5 • I♦MMUMM� MIIIII7m[ZlIIIM iSII - - - - -- 111311M=MISTIItIRI iII �_==� = = = =I•[i3l j Light reddish brown to tan sandy lean CLAY, hard, w/limestone and shell fra • ents. CL MIMENIMMEM� 16 39 25 68 ■ 4 5 +(P) - 10 Tan LIMESTONE, highly weathered, hard, w/gray shale layers. 9 0 15.0 24.0 30.0 = == = == — 1 - - 15 J — - -� l I 38 =MOMIMM� - 1 L f` (0) 5111111111111= ■ � - 20 -_� 25 68 Light gray LIMESTONE, moderately weathered, hard, fine- grained, slightly nodular, w /gray shale layers. INIMMUMMIMI (0) =���I♦ �T = = =.1././� = = =1.111� - �M==�__ =MMM = ■ 72 � - ___ J (68) - - - - -� —L— NMENIMMM Tan and gray CLAYSHALE, moderately weathered, low hardness, w/limestone layers. NOTES: 1) Boring was advanced dry to the 13.0 -ft depth and no groundwater was encountered above that depth. 2) On completeion of the drilling operation the hole was open to 29.0 ft and the water surface (drilling fluid) was noted at the 3.0 -ft depth. I♦��MI♦� MINOMMEMEMIN_�_ 95 (52) MINEMMINM IliMINI MIIIIMI♦NIN� MENI� 30 - - _ - - - 35 - _ _ - - - - - - - - INIMENIMM MMENEMMM� MMENIMMM� =MINEMMENO� =NOMINMEM1• MENNOMMIlMI— =MEMEN■ � MINMEM=MON- - - - - - � - - - - -� - - - - -� -- - - -� - - - - -� OG OF BORING B -2 COMPLETION DEPTH: 30.0 ft DATE: 7/27/01 48 -inch Barton Hill Connection Lme Round Rock Water System Improvements Round Rock, Texas DEPTH TO WATER: See Note U- Unconfined Q- Unconsolidated Undaioed Triaxial GOO P - Pocket Pene mmear T -To, o PLATE 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TYPE: Wet Rotary LOCATION: See Plate 1 LAYER COMPRESSIVE STRENGTH, TSF 'H1 N131 APL YF iV5 RQ STRATUM DESCRIPTION ELEVJ ATI FE/ QIJ A1T i•11 ;X(I �9P )NI rDI HT, DEPTH SURF. EL. ft± Job No. 1001- 2808 -1 p*:0 Tan sandy lean CLAY, hard, w /gravel. CL Tan and greenish gray fat CLAY, hard, calcareous. CH 2.0 11 50 35 95 4 5 +(E) 5.0 40 Tan and gray CLAYSHALE, moderately (33) weathered, low hardness, fissile, w /rust stains. 7 143 47(11) - -tan limestone Layer 7 to 10 ft 10 90 (18) Tan LIMESTONE, moderatley weathered, hard, calcareous, w /gray shale layers. 12.0 15 1 60 - ( 1 20 - 82 - (0) i 25 93 _ (73) 10 133 8(U) - i 30 90 I (60) _ , i 35 - 34.7 6 143 13811 ' 100y LIMESTONE, moderately hard, w /fossils (62) and bentonitic seams. 40 -tan from 36.5 to 37.1 ft —__ — - - -- NOTES: 40.0 - 1) Boring was advanced dry to the 5.0 -ft depth - and no groundwater was encountered above that depth. 45 - 2) On completeion of the drilling operation the hole was open to 37.5 ft and the water surface (drilling fluid) was noted at the ground surface. iJ LOG OF BORING B -3 48 -inch Barton Hill Connection Line Round Rock Water System Improvements Round Rock, Texas • TGRO COMPLETION DEPTH: 40.0 ft DEPTH TO WATER: See Note DATE: 7/30/01 U =Unconfined P Pocket Penetrometer Q =Unconsolidated T =Tome= Unchained Triaxial PLATE 4 TYPE: Wet Rotary LOCATION: See Plate 1 j LAYER COMPRESSIVE STRENGTH, I l t TSF 'TH ew VIM WS OT (RC STRATUM DESCRIPTION ELEV./ 411 fED QU IT 'TI( X(I INC IE\ ' DI iT, DEPTH SURF. EL. ft* Job No. 1001 - 2808 -1 _ % Dark brown fat CLAY, hard, w /roots and limestone fragments. CH 4.5 +(P) Tan sandy lean CLAY, hard, calcareous, 2.0 8 30 9 59 4 0(P) w/limestone fragments. CL 4 5 +(p) - 31 Tan and greenish highly gr gray CLAYSHALE, hi hl to 5.0 moderately weathered, low hardness, w /tan limestone layers. (0) 10- 40 - (0) - 15 - 100 (63) 16 119 4.1O _ 20 95 _ (78) 11 126 6.5(Ul 25 98 (43) - 30 - 30.0 NOTES: _ 1) Boring was advanced dry to the 5.5 -ft depth - 35 - and no groundwater was encountered above that depth. _ 2) On completeion of the drilling operation the - hole was open to 30.0 ft and the water surface - (drilling fluid) was noted at the 3.0 -11 depth. - 40 - - 45 - r l LOG OF BORING B -4 48 -inch Barton Hill Connection Line Round Rock Water System Improvements Round Rock, Texas COMPLETION DEPTH: 30.011 DEPTH TO WATER: See Note DATE: 7/27/01 U = Unconfined Q =Unconseridated Undrained Triatoat GRO 1 `® 1 P = Pocket Penetrometer T- Torvane PLATE 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TYPE: Wet Rotary LOCATION: See Plate 1 DEPTH, FT SYMBOL SAMPLES BLOWS PER ' FOOT OR REC /(RQD),% STRATUM DESCRIPTION SURF. EL. ft* Job No. 1001- 2808 -1 LAYER ELEVJ DEPTH WATER CONTENT, % %'LyIjWPI Gin ri PLASTICITY INDEX(PI), % PASSING NO. 200 SIEVE,% UNIT DRY WEIGHT, PCF COMPRESSIVE STRENGTH, TSF f// Brown and reddish brown fat CLAY, hard, calcareous, w /sand. CH 4M 1=====i1 10.0 17.5 - 30.0 4 . 5 + = =���� NIUMMINME �� == — 1 34 ' 96 50 /3„ Tan and greenish gray lean CLAY with sand, hard, calcareous, w /ferrous nodules. CL � = =11111111•111= - - - - - � ��_ =_— 10 _ - 15 87 Tan and gray CLAYSHALE, moderately weathered, low hardness, calcareous, w /ferrous stains and limestone layers. 101•11111111=01111M761 (52) = = =11=1� = = =i0BIN— - - - —___ __- - - _ - - -� 97 (40) MMMEMMEM__ - __E__ 7 _. ���� it Light gray LIMESTONE, moderately weathered, hard, fine - grained, w /shale layers. - NOTES: 1) Boring was advanced dry to the 10.0 -ft depth and no groundwater was encountered above that depth. 2) On completeion of the drilling operation the hole was open to 29.0 ft and the water surface (drilling fluid) was noted at the 6.0 -ft depth. MMiM1= I♦MEMEMIN� =i MINI 1i7 20 25 - 30 — 35 — _ _ _ - 45 — 95 (13) - - - - -� = =NMENNON__ 78 M =INNI♦M� (13) IMMI♦ENIM__ - - - - -� - - -- -� IMENNIMMIM = = = = =� -1 - - - -- MINHIUMN INIMENE=M� I♦MOINM MONMEN=MIE— ■ � = NOMENNI=MEN— = = = =MOIM� = = ∎ — =NRIONMIM— Mi = = =∎ =IIU =M =1==M= I♦ - MINMEMEM__ - - - - -__ -- -- - -� - -� MINIMINEMII - - = ==1 Li LOG OF BORING B -5 48 -inch Barton Hill Connection Line Round Rock Water System Improvements Round Rock, Texas COMPLETION DEPTH: 30.0 ft DEPTH TO WATER: See Note DATE: 7/26/01 TIGRE' Lmakm U= Unendined P- Pocket Penetrometer Q= Unconsolidated T =Tomas Uadrained Triaxial PLATE 6 TYPE: Wet Rotary LOCATION: See Plate 1 LAYER COMPRESSIVE STRENGTH, I l l TSF 'TH MB %API WS OT (R( STRATUM DESCRIPTION ELEV./ ATI [ET QUI AIT, ITN ;X(1 MC TEN DI IT, DEPTH SURF. EL. ftt Job No. 1001- 2808 -1 M ANI pft Tan clayey SAND, w/limestone fragments. SC 4.5 +(P) 1 Dark brown fat CLAY with sand, hard, _ 2.0 21 80 50 83 4 5 +(P) 50/5" \ w/limestone fragments. CH r Tan clayey SAND, w/limestone fragments. SC - 5 ,i 50/5" 3 0 • 1100 _ Tan LIMESTONE, moderately weathered, hard, 8.0 - 10 - (17) medium- grained, nodular, w /fossils and clay 100 layers. (65) 13 1 Gray LIMESTONE, slightly to moderately - 15 I weathered, hard, medium - grained, nodular, 6 144 35([1) i 100 w /fossils, bentonitic seams and clay layers. (52) -brown clay layer 16 to 17 ft - 20 - Tan LIMESTONE, moderately weathered, hard, 19.3 i 0 fine - grained, nodular, vuggy, w /fossils and clay infilled voids. X7 25 i - 97 (60) 3 153. 54(11) - 30 30.0 — -- NOTES: 1) Boring was advanced dry to the 8.0 -ft depth - 35 and no groundwater was encountered above that depth. 2) On completeion of the drilling operation the hole was open to 29.0 ft and the water surface (drilling fluid) was noted at the ground surface. - 40 - 45 fl LOG OF BORING B -6 48 -inch Barton Hill Connection Line Round Rock Water System Improvements Round Rock, Texas COMPLETION DEPTH: 30.0 ft DEPTH TO WATER: See Note DATE: 7/26/01 U= Unconfined Q = Unconsolidated Undnmed Triasiat TINGRO P = PocketPenehomew T- Torvane PLATE 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TERMS & SYMBOLS USED ON BORING LOGS FOR SOIL ® CH, Fat Clay 7 Dry Moist Wet CL, Lean Clay ML, Silt Fill, Unclassified SOIL TYPES Description Criteria SP, Poorly- Graded Sand SM, Silty Sand SW, Well- Graded Sand STRENGTH OF COHESIVE SOIL UNDRAIN ED CONSISTENCY SHEAR STRENGTH 10ps Per Sq. Ft. Very Soft Less Than 0.25 Soft 0.25 to 0.50 Finn 0.50 to 1.00 Stiff 1.00 to 2.00 Very Stiff 2.00 to 4.00 Hard Greater Than 4.00 Description Criteria SC, Clayey Sand ® GC, Clayey Gravel ASTM D 2488 TABLE 3 Criteria for Describing Moisture Condition Absence of moisture, dusty, dry to the touch Damp but no visible water Visible free water, usually soil is below water table GP, Poorly- Graded Gravel GM, Silty Gravel GW, Well- Graded Gravel SOIL GRAIN SIZE U.S.STANDARD SIEVE 3/4" 4 10 40 200 152 6.2 19.1 4 76 2.00 0.420 0.074 SOIL GRAIN SIZE IN MILLIMETERS NUMBER OF BLOWS PER FT., N Description Criteria SAMPLER TYPES ' Seamless Push Tube Standard Penetration Test THD Cone Penetrometer Test BOULDERS GRAVEL COARSE I FINE INE SAND COARSEI MEDIUM I FINE SILT CLAY 1) Peck, Hanson, and Thombum, (1974) Foundation Engineering. 0.002 RELATIVE DENSITY 0-4 Very Loose 4-10 Loose 10-30 Medium 30-50 Dense Over 50 Very Dense ORO Core Auger Auger Sample DENSITY OF GRANULAR SOILS ASTM D 2488 TABLE 7 Criteria for Describing Structure ASTM D 2488 Note 15 Criteria for Describing Percentages of Gravel, Sand and Fines Stratified .Altemating layers of varying material or color with layers at least 6 mm thick; note thickness Trace Particles are present but estimated to be less than 5 % Laminated Alternating layers of varying material or color with Few 5 to 10 % the layers less than 6mm thick, note thickness Little 15 to 25 % Fissured Breaks along definite ptanes of fracture with little Some 30 to 45 % resistance to fracturing Mostly 50 to 10D % Slickensided Fracture planes appear polished or glossy, sometimes striated Blocky Cohesive soil that can be broken down into small angular lumps which resist further breakdown Lensed Inclusion of small pockets of different soils, such as small lenses of sand scattered through a Criteria for Describing Inclusions mass of clay; note thickness Homogeneous Same color and appearance throughout Description Criteria Parting Inclusion 01/8' thick extending through sample Seam Inclusion 1/8" to 3" thick extending through sample Layer Inclusion >3" thick extending through sample PLATE 8 TERMS & SYMBOLS USED ON BORING LOGS FOR ROCK DOLOMITIC LIMESTONE Void Cavities Vuggy Vesicular LIMESTONE Friable Low Hardness Moderately Hard Hard HIGHLY WEATHERED LIMESTONE HARDNESS ROCK TYPES e NW. SOLUTION & VOID CONDITIONS Small solutional concavities. DOLOMITE I SANDSTONE HIGHLY WEATHERED DOLOMITE SHALE GRANITE CLAYSHALE - Crumbles under hand pressure - Can be Carved with a knife - Can be scratched easily with a knife - Can be scratched with a knife with difficulty Interstice; a general term for pore space or other opening in rock. Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock. Containing numerous small, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pore, interstices, or other openings which may or may not interconnect. Cavernous Containing cavities or caverns, sometimes quite large. Most frequent in limestones and dolomites. SPACING INCLINATION Very Close Q" Horizontal 0 -5 Close 2" - 12" Shallow 5 - 35 Medium Close 12" - 3' Moderate 35 - 85 Wide >3' Steeply 65 - 85 Vertical 85 - 90 JOINT DESCRIPTION SAMPLER TYPES ' Seamless Push Tube Standard Penetration Test TxDOT Cone Penetration Test WEATHERING GRADES OF.ROCKMASS TERM DESCRIPTION Slightly Discoloration indicates weathering of rock material and discontinuity surfaces. Moderately Less than half of the rock material is decomposed or disintegrated to a soil Highly More than half of the rock material is decomposed or disintegrated to a soil. Completely All rock material is decomposed and/or disintegrated to soil. The original mass structure is still largely intact. Residual Soil All rock material Is converted to soil. The mass structure and material fabric are destroyed. BEDDING THICKNESS (2) Very Thick >4' Thick 2• - 4' Thin 2" -2• Very Thin Laminated 0.08" - 1/2" Thinly- Laminated a0.08" REFERENCES: 1) British Standard (1981) Code of Practice for Site Investigation, BS 5930 2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual 2nd Edition, revised June, 1974. SURFACES GRA Slickensided - Polished, grooved Smooth - Planar Irregular - Undulating or granular Rough - Jagged or pitted Core ' { Auger Auger Sample PLATE 9 4.0 POST BID DOCUMENTS Oct 09 02 11:56a Commercial Consolidated To: Project Description: City of Round Rock East Water Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line The OWNER has considered the Bid submitted by you for the above - described Work in response to its Notice to Bidders. You are hereby notified that your Bid in the amount of 82,287,456.50 will be considered for acceptance by the City Council of the City of Round Rock. You are also notified that any expenses incurred in relation to the above - described work are not reimbursable by the City of Round Rock without Acceptance of your Bid by the City Council and Issuance of Notice to Proceed. Please indicate your acknowledgement of this notice by returning a signed copy. This Notice of Intent to Award is accompanied by five (5) copies of the unsigned Agreements. Please sign (but do not date) the Agreements and return them to the attention of Jason Jones at HDR Engineering as soon as possible along with the other required documents. HDR will review the documents, and forward them to the Owner. The Owner will date the Agreement at the time of execution. Please use all forms provided in the Award packet for insurance purposes. You are required by Article 3 of the General Conditions to furnish the CONTRACTOR'S Performance Bond, Payment Bond, and Certificates of Insurance. Note also that Section 5.0 Special Conditions requires you to submit a Warranty Bond prior to final payment by the OWNER. The Bonds will become contract documents between the OWNER and CONTRACTOR. Reference is made to the Supplementary Conditions for other pertinent information relating to insurance. The Certificate of Insurance form included with Section 3.0 Post Bid Documents must be used. Alternative insurance formats will not be accepted. If you fail to execute said Agreement and to furnish said bonds and other required documents within ten (10) days from the date of receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. Dated October 2, 2002. NOTICE OF INTENT TO AWARD Mr. Ronnie Lewis Commercial Consolidated, Inc. P.O. Box 1090 Liberty Hill, TX 78642 CITY OF ROUND ROCK, TEXAS OWNER ACCEPTANCE OF NOTICE 1 -512- 355 -3905 p.2 Receipt of the above NOTICE OF AWARD is hereby acknowledged on this, the of i , 200J /J By: l C 4 /Gte. o Title: PA . day THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT eil THIS AGREEMENT, made and entered into this ' D day of c c her , 2002, by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through Nye /YkrXcileil Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) m,erciaeameolyda)P , -Z . of Texas, County of (.�/i %/igw .sa►1 , and State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: East Water Transmission Line Phase 1 48 -inch Barton Hill Transmission Line Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by HDR Engineering, Inc. 2211 South IH 35, Suite 300, Austin, Texas 78741, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date written notice to do so have been given to him, and all Work will be Substantially Complete after the date of the written Notice to Proceed and ready for final payment after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions, in accordance with the following : PBD -1 Substantial Completion 210 calendar -days Final Completion 240 calendar -days The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS (OWNER) BY: ATTEST: Mayor City Secretary (The following to be executed if the Contractor is a Corporation.) Corporate Seal Signed: PBD -2 Kenneth A. Lewis& President (Typed name) (Title) ATTEST: Secretary, if Contr.- ctor is a Corporation or otherwise registered with the Secretary of State I, Carol Lewis , certify that I am the Secretary of the Corporation named as Contractor herein; that Kenneth A Lewis , who signed this Contract on behalf of the Contractor was then P r e s i dent (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND Bond No. 54- 132437 KNOW ALL MENBY THESE PRESENTS: That Commercial consolidated, Inc. of the City of Liberty Hill , County of Williamson , and State of Texas , as Principal, and castaaryicomp,any authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND y ROCK, TEXAS, (Owner), in the penal sum of Two Mill Twb Hundred FiltyYSSxVand T 58��1SFour dollars ($ 2, 287,456.50 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of , 2002 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: East Water Transmission Line Phase 1 48 -inch Barton Hill Transmission Line NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined In accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD -3 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this loth day of October , 2002. Commercial onsolidated, Inc. United Fire & Casualty Company Principa 407.E /� By: -,w7• �t� By: Title President P.O. Box 1090 Address Liberty Hill, Texas 78642 Cedar Rapids, IA 52407 -3909 Resident Agent of Surety: Time Insurance Agency, Inc. Printed Name 1405 E. Riverside Drive Address Austin, Texas 78741 City, State & Zip Code PBD -4 Surety Title Address Attorney -In -Fact P.O. Box 73909 PAYMENT BOND THE STATE OF TEXAS COUNTY OFWILLIAMSON Bond No. 54- 132437 KNOWALLMENBYTHESEPRESENTS: That commercial Consolidated,rnc. the City of Liberty Hill , County of Williamson , and State of Unite ire & Texas as Principal, and Casua compathorized under the laws of the State of Texas to act as Surety on Bonds for Principals, arc held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon tins bond, in the, enal sum of Two Million Two Hundred Eighty Seven Thousand anar5�g10gg6gs FiftADO ars ($2,287,456.50 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 2002, to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: East Water Transmission Line Phase 1 48 -inch Barton Hill Transmission Line NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD -5 rpm PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this loth day of October , 2002. Commercial consolidated, Inc. United Fire & Casualty Company Principal By: President Title P.O. Box 1090 Address Liberty Hill, Texas 78642 Cedar Rapids, IA 52407 -3909 Resident Agent of Surety: Time Insurance Agency, Inc. Printed Name 1405 E. Riverside Drive Address Austin, Texas 78741 City, State & Zip Code PBD -6 Surety Title Address By: ' ` • ■ • - W. Schuler Attorney -In -Fact P.O. Box 73909 u 1 CERTIFIED COPY OF POWER OF ATTORNEY , (Original on file' et liome Office of Company ..- See' CertificatIcth) ' .• ,ii :KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly 'organized and existing « . tinder'. the . lailive of the State o1 . lovva,.and having its principal Of fice in Cedar State of' IoWa. does make, constitute 'and: • arili JOHN. W. SCHULER , INDIviDuALI,X I ' , • , ' ' : ' , , ,of RXZX.);,INY„.:a..50(liramaaxlvs:N2zma :1405 E. Riyersiae Drive, Austin Texas 78741 ' I ' ite true and ' lawfullAtioitney(OpinFact with power and authority Iterehi" ciiilferred: to sign. Seal ''and ` execute in, its behalf 'all' p)awful bonds, Undertakings and other obligatory instruments of similar,natum as followip' ANY' AVD 41.1..,L BONDS ._ . - ..":aricl to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the •".. ,•;', tbeduly authorized officers of UNITED FIRE & CASUALTY. COMPANY„and all 1 1 t hereby, Oiven ire ;•hereby "ratified and The Authority hereby granted shaft eXpirei", JUNE 2 li;S t , '' - i• 200 ::: unless sooner nrevokeeD :.i.. ..t '; .• This power 'of Attorney is made and executed parsuant to and by authority of the following By-Law duly adopted by the ; I :- 13oard of DirbCtOrs of the Company on April 18; 1973.: .".• ':' r ' '''' -,.. '.: , ...= -:'' :'. .! ' i :.;.. :". ' ' ' ''.• , ',' ."..i- :.•i - P. ' 1 "Article V - Surety Bonds and Undertakings." .,- , , .• ....- ... .• .. - - ' • . ° ' ' ''' SeOtiOn .2; Appointment of PI . In Fact. "The President or any Vice Prewdenl, or emirother officer of the Company, InaOrem time tolime :,...••. • .... ' • h` appoint by written certlficatbn attorneys-In-thcl to act In behall of the Company In the execution of policies of Insurance. bonds, undertakings end I , - other abhhatcry Instruments of Itle nature. The signature of any officer authorized hereby. and the Corporate seal, may be affixed by facsimile t0 30y power of attorney or special oo of atiorney or certification of either authorized hereb5 such signature and seal. whar-so used, being adopted by -.,...„ • ., Ilia Company as the OHO.' signature of such officer and the original seal of the Company. to be valid and binding upon the Company with' the iame force and OKI as though Manually affixed. Such attorneys-In-fact, subject to the limitations Set forth In their respective cerlificatei.of authority shall have lull powor 10 bind the Company by their signature and execution of any such Instruments and to attach the Seel of the Company:thereto. The " " President or any Vice President the Board 01 DUecters or 0,» other °Ulcer ol the Company may at any I.me revoke allpriv■trer end authority previously • : . ;giverj to eny attorney-in-fact.. x • : , , IN.yVITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY his caused•these to be signed by its vice president and its corporate seal to be hereto affixed this • ' „l',—tottottt, tnl • —.•—. - - 'DEAL 21st day of JUNE _ • rno '' : r , State of Iowa, County of Linn, ss: _ On this 21st n of :`'01.1 2002 before me personally came RANDY RAHLO me.knoWn, who being' by Pme duly sworn, did depose and say: that he resides in Ceder Rapids,:State.of... Iowa; thS0e: re a ViceulPeesident of the 'UNITED' EIRE & CASUALTY COMRANY 'the -corporation described., tni and which executed the above instrument that he knoWs,the seal Of said"corporatiorethat' the seal'afftked 'to the ;said instrunient"is Such:!corOorate Seal; ,that it•i' was so aftixe4 pursuant to . authority given' bV the Baai of Directors 9f corporation tthet he' sign •theretO pursuant tojike authority. and acknowledges same to be the act andieleeel,pf said corporation. UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA 1.: h v r•x 0 • • 54-132437 same extent as if such instruments were signed by the .acts of said Attorney. pursuant to the authority,. , 200 ••• • UNITED FIRE & CASUALTY COMPANY •"`• -• 0 ' By a!o VCePrebiSnt • ". loth 'clay..of October «, 2002 - /700001 4011PIAtlyi - ".45 LAI /..z. • ' • ", , „... 3 • MARY A. JANSEN r_ COMMISSION NUMEER 713273 • Notary My cor expires OCTOBER 26 • „ , , • I the undersignbd officer of the UNITED. FIRE 8,. CA:SOALTY do '-'. her:elvii certify tail:I comp red the :. ..f ciegoing.". . , .. . . . copy "of htie tt8"r'nejl'and a,f idaVit,..artd:''the.copy of "the Section of the by , of,eaid"'Cciriveny'. k set 1. orthqn:=said .. .% • ..., ..,, ,.. .,. . • PoWei•••tif A:ttitleii :the ORIGINALS ON FILE IN • THE OFFICE OF:SAID CoMPANY;i and the.:4aryle",, are. borrectV., tracaerrpts the r col, and Of, the whole of the : 'Old or(ginats;iabd that" the ... said PQWer of AttorneY' has 'nibt be en : . ;,reyok ed and ,isr- - -. --: y•in•fullilorce and effect :In testimony whereof i rive hereunto subscribed my name and affixed the Corporate seal of the said IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may call United Fire & Casualty Company's toll -free telephone number for information or to make a complaint at: 800 - 343 -9130 You may also wrte to United Fire & Casualty Company at: United Fire & Casualty Company Attn: Bond Department P.O. Box 73909 Cedar Rapids, IA 52407 -3909 -or street address- United Fire & Casualty Company Attn: Bond Department 118 2na Avenue SE Cedar Rapids, IA 52401 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800- 252 -3439. You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714 -9104 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is ' given to comply with Section 2253.48, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 1- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATE OF LIABILITY INSURANCE PRODUCER Time Insurance Agency, Inc. 1405 E. Riverside Dr. Austin, TX 78741 512- 447 -7773 INSURED Commercial Consolidated, Inc. PO Box 1090, Libert Hill, TX 76642 THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LTR A A A A GENERAL LIABILITY AUTOMOBILE LIABILITY EXCESS LIABILITY OTHER C NUMBER DATE DATE MP3695142B 2/9/02 2/9/03 AU3258842B 2/9/02 2/9/03 MB3247242B 2/9/02 2/9/03 DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS/EXCEPTIONS CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Attn: Joanne Land PBD -7 COMPANIES AFFORDING COVERAGE A National American Insurance Company B LIMITS GENERAL AGGREGATE $ 2 m i l l i PRODUCTS- COMP /OP AGG. S2,000,000 PERSONAL & ADV. INJURY S1,000,000 EACH OCCURRENCE $1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED. EXPENSE (Any one person) $ 5,000 COMBINED SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE AGGREGATE Date: 10/10/02 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS $ 4,000,000 $4,000,000 CW3915042B 2/9/02 2/9/03 EACH ACCIDENT 1,006,000 DISEASE - POLICY LIMIT $1,000,000 DISEASE • EACH EMPLOYEE $ 1,000,000 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to tha certificate holder named below, SIGNATURE OF AUTHORIZED REPRESENTATIVE Typed Name: John W. Schuler Title: President CERTIFICATE OF LIABILITY INSURANCE PRODUCER Time Insurance Agency, Inc. 1405 E. Riverside Dr. Austin, TX 78741 512- 447 -7773 INSURED Commercial Consolidated, Inc. PO Box 1090, Liberty Hill, TX 76642 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY LTR NUMBER DATE DATE A A GENERAL LIABILITY AUTOMOBILE LIABILITY EXCESS LIABILITY A MB3247242B 2/9/02 2/9/03 A WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER MP3695142B 2/9/02 2/9/03 AU3258842B 2/9/02 2/9/03 CW3915042B 2/9/02 CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Attn: Joanne Land C EFFECTIVE EXPIRATION PBD -7 LIMITS EACH OCCURRENCE AGGREGATE Date: 10/10/02 COMPANIES AFFORDING COVERAGE A National American Insurance Company B GENERAL AGGREGATE S 2 m i l l i PRODUCTS - COMP /OP AGO. 52,000,000 PERSONAL Se ADV. INJURY $1,000,000 EACH OCCURRENCE 5 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED. EXPENSE (Any one person)5 5,000 COMBINEDSINGLELI MIT $ 1,000,000 BODILY INJURY (Per person) 5 BODILY INIURY (Per accident) 5 PROPERTY DAMAGE 5 STATUTORY LIMITS 5 4,000,000 5 4,000,000 2/9/03 EACH ACCIDENT 1,008,000 DISEASE - POLICY LIMIT 051,000,000 DISEASE - EACH EMPLOYEE 51,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS HDR Engineering, Inc., Fugro South and Baker — Aicklen & Assoc. are listed as Additional Insureds in respects to the General Liability and Auto Liability. The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) daye written notln to the iertifloate holder Hamad below, SIG URE OF AUTHPRIZED REPRESENTATIVE XA Typed Name: John W. Schuler Title: President WARRANTY BOND BOND NUMBER 54- 132437 AMOUNT $2,287,456.50 KNOW ALL MEN BY THESE PRESENTS, That we, Commercial Consolidated, Inc. (hereinafter called the "Principal ") as Principal, and the united Fire & Casualty Company a Corporation duly organized under the laws of the State of Iowa and duly licensed to transact business in the State of Texas (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum of Two Million Two Hundred Eighty Seven Thousand Four Hundred Fifty Six and 50/100', dollars ($ 2,287,456.50 ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this loth day of October , 2002. WHEREAS, the said Principal has heretofore entered into a contract with City of Round lock, Texas Dated , 2002, for construction of: East Water Transmission Line Phase 1 48 -inch Barton Hill Transmission Line WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of 1 year from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas PBD -8 WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Commercial Consolidated, Inc. Principal By: Title Vice - President P.O. Box 1090 Address Liberty Hill, Texas 78642 Resident Agent of Surety: Time Insurance Agency, Inc. Printed Name 1405 E. Riverside Drive Address Austin, Texas 78741 City, State & Zip Code PBD -9 United Fire & Casualty Company Surety By: Title Address Attorney -In -Fact P.O. Box 73909 Cedar Rapids, IA 52407 -3909 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.0 GENERAL CONDITIONS Note: These City of Round Rock standard documents have been modified as indicated herein. A strike out indicates that language has been deleted from the City of Round Rock General Conditions. An underline indicates that the language has been added to the City of Round Rock General Conditions. 1 1 General Conditions of Agreement 1 1 1 1 1 1 2. Responsibilities of the Engineer and the Contractor 1 1 1 1 1 1 1 1 1 1 Contents 1. Definition of Terms 1.01 - Owner, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed 1.11 - Furnish 2.01 - Owner - Engineer Relationship 2.02 - Observation Professional Inspection by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractor's Duty and Superintendence 2.08 - Contractor's Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11 - Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 - Inspectors Resident Project Representative 2.17 - Substitutions or Approved Equal 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible GC -1 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 3.04 - Right of Entry 3. General Obligations and Responsibilities (cont'd) 3.05 - Collateral Contracts 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Invention 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean -Up 3.20 - Correction or Removal of Defective Work 3.21 - Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 - Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments GC -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Extra Work and Claims 6.01 - Change Orders 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Time of Filing Claims 6.05 - Continuing Performance 7. Abandonment of Contract 7.01 - Abandonment by Contractor 7.02 - Abandonment by Owner 8. Subcontractors 8.01 - Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01 - Owner's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10. Protection of Persons and Property 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities 11. Termination 11.01 - Termination by Owner for Cause 11.02 - Termination for Convenience GC -3 1. Definition of Terms 1.01 Owner, Contractor and Engineer General Conditions of Agreement The Owner, the Contractor and the Engineer and those persons or organizations identified as such in the Agreement are referred to throughout the Contract Documents as if singular in number and masculine in gender. The term "Engineer" means the Engineer or his duly authorized representative. The Enginccr shall be nccr of the Owner, and nothing contained in thc Contract ontractual or agency relationship bctwccn thc Enginccr and the Contractor. 1.02 Contract Documents The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. Drawings showing the details of the Work specified are designated "Drawings" or "Plans ". and together with the Specifications form an integral part of the Contract Documents. Shop Drawings, as referred to in Section 2.12 are not part of the Contract Documents. Perfermeficre and -Payment Bonds, Special Bonds (if any), proposal, Special Condition., Conditions of the Agreement. asc of conflict bctwccn any of the Contract Documents, Any reference to standard specifications shall always imply the latest edition of such standard specification or specifications available at the time Notice inviting Contractors to bid is published unless otherwise indicated. The cross - referencing of specification sections is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. GC -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.03 Subcontractor 1.06 Work The term "Subcontractor," as employed herein, includes only those having a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub - Subcontractor The term "Sub- Subcontractor" means one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.05 Written Notice Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which, when so applied, have a well - known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the Owner to be done by the Contractor to accomplish any change, alteration or addition to the work not indicated in the Plans and Specifications utilized to prepare Contractor's Bid proposal, shown upon the polans, or reasonably implied by the specifications, and not covered by the Contractor's proposal, except as provided under "Changes and Alterations" herein. GC -5 1.08 Working Day The term "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.09 Calendar Day The term "Calendar Day" is defined as any day of the week or month, no days being excepted. 1.10 Substantially Completed The term "Substantially Completed" shall be understood to mean that the Work structure has been made suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 1.11 Furnish Furnish, Install, Perform, Provide, Supply - The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean FURNISHING AND INCORPORATING IN THE WORK including all necessary labor, materials, equipment and everything necessary to perform the Work indicated, unless specifically limited in the context." 2. Responsibilities of the Engineer and the Contractor 2.01 Owner - Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and the Engineer The Engineer will advise and consult with the Owner, and all of the Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Observation - by Engineer The Engineer shall make periodic visits to the site to familiarize himself with the GC -6 progress of the executed work and to determine in general, if such work mccts the requirements of the is proceeding in accordance with the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.03 Payments for Work The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the Owner of the Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to execution or progress of the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. GC -7 2.06 Lines and Grades Unless otherwise specified, all lints and gardcs shall be furnished by the cngoinecr or sary, construction work shall be suspended to permit performsence of this work, burt such suspension will be a sbrcif as practicable and the compensation therefor. Thc Contractor shall give the Engineer reasonable notice of the time and place whrcrc lines and grades will -be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, ate- irr ease -e€ ;arless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at rthc Contractor's exzpenec. The Engineer shall provide a baseline and datum bench mark reference point. The Contractor, at his own expense, shall employ a registered engineer or licensed land surveyor acceptable to the Owner to give the Contractor lines and elevations for the Contractor's use in construction of the work. Thc registered end The registered engineer or licensed land surveyor shall furnish to the Engineer, through the Contractor, a copy of all cut sheets for review, and a signed plat certifying to the location and elevations of the Work indicating ties and closure to the Engineer's baseline and datum bench marks. For bidders information only, Baker-Aicklen & Associates, Inc. in Round Rock provided the Engineer with survey data for design. (Addendum #1) 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English - speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the Owner and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the GC -8 improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications; the intent of such drawings, specifications and any other such information being to define with specificity the agreement of the parties as to the work the Contractor is to perform. The Contractor shall be fully and completely liable, at his own expense, for design, construction, installation, and use or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by the Engineer or the Owner, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or methods, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling the Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 Contractor's Understanding It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. The Contractor agrees that he will make no claim against the Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or GC -9 subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent or, - unfaithful or disorderly, or refuse instructions from thc Engineer in the absence of thc Superintendent, suchworker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. No illegal alien may be employed by any Contractor for work on this project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.11 Sanitation Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and /or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or GC -10 1 1 specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any ' sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and ' within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in ' relation to the safety of either person or property during the Contractor's performance hereunder. ' ENGINEER's check and review of Shop Drawings and Samples, Standard Specifications and descriptive literature submitted by CONTRACTOR will be only for general conformance with design concept, except as otherwise provided, and shall not be construed as permitting any departure from the Contract Requirements; relieving CONTRACTOR of the responsibility for any error in details dimensions or otherwise that may exist in such submittals; constituting a blanket approval of dimensions, quantities, or details of the material or equipment shown; or approving departures from additional details or instructions previously furnished by ' ENGINEER. Such check or review shall not relieve CONTRACTOR of the full responsibility of meeting all of the requirements of the Contract Documents. ' The contractor shall submit all Shop Drawings and Samples sufficiently in advance of construction requirements to allow ample time for checking, correcting, resubmitting and rechecking and to avoid any delay in progress of the Work. Shop t drawings or Samples submitted shall be marked with the name of the Project, numbered, and bear the stamp of approval of the Contractor as evidence that the Shop Drawings and Samples have been reviewed and approved by the Contractor. Any Shop Drawings or Samples submitted without this stamp of approval will not be considered and will be returned to the Contractor for resubmission. By approving ' and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data and that he has reviewed, approved and coordinated such submittals with the requirements of the Work and the Contract Documents. 2.13 Preliminary Approval 1 GC -11 The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer, prior to final acceptance, and if found not in accordance with the plans and /or specifications for said work, all expense of removing, re- examination and replacement shall be borne by the Contractor. Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the Owner; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall GC -12 not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment ". If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise, such additional work shall be paid for as provided under Extra Work. In the event the Owner makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 Inspeeters Resident Project Representatives The Engineer may provide one (or more) field Resident Project Representatives (RPRs) inspectors at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such RPRs inspectors may also communicate between the Engineer and the Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such RPRs inspectors may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such RPR inspector is not authorized by the Engineer or the Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No RPR's inspector `a opinion, advice, interpretation of the plans or specifications of this contract, apparent or express approval of the means or methods or manner of the Contractor's performance of work in progress or completed, or discovery or failure to discover or object to defective work of materials shall release the Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the Owner or the Engineer from requiring that all work be fully and properly performed including, if necessary, removal of defective or otherwise unacceptable work and the re -doing of such work. 2.17 Substitutions or Approved Equal GC -13 Whenever the Contract Documents call for an article or an item of material or equipment and which is defined by describing a proprietary product or by using the name of a manufacturer, vendor, trade name, catalog number, or other reference, the term "or approved equal ", if not inserted, shall be implied. The specified articles, materials, or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired, and shall not be construed in such a manner as to exclude products of a comparable substance, quality, design, function, and efficiency. The Contractor shall comply with the requirements of the Contract Documents relative to approval of material and equipment before incorporation into the Work. The Contractor may request approval of substitute articles, materials, or equipment. The Engineer shall evaluate the articles, materials, or equipment offered and, on the basis of its opinion, shall make recommendations pertaining thereto in the best interests of the Owner. In the event of approval a written Addendum or Change Order, as appropriate, will be issued. 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with five (5) number of copies of all plans and specifications without expense to him and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings 3.03 Adequacy of Design GC -14 All drawings, specifications and copies thereof furnished by the Engineer shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the Owner. It is understood that the Owner believes it has employed competent engineers and designers. It is therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project provided that the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. 3.04 Right of Entry The Owner reserves the right to enter the property or location at which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 3.05 Collateral Contracts The Owner agrees to provide, by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner so as not to unreasonably delay the progress of the work or damage the Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor which may result from their acts or omissions. 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with generally accepted practices for construction. In the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the Engineer shall define what is intended to apply to the work. 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages GC -15 In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the Owner or the Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state, or municipal laws or regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and the Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the contract. If the contract price is $25,000.00 or less, no payment or performance bond shall be required. It is agreed that the contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the performance and payment GC -16 bonds shall be included in the price bid by the Contractor for the work under this contract, and no extra payment for such bonds will be made by the Owner. Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall be licensed to write such bonds in the State of Texas. 3.11 Losses from Natural Causes Unless otherwise specified, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner, Engineer, and Engineer's Subconsultants and the Engineer harmless from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the Owner, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may either pay directly any unpaid bills of which the Owner has written notice, or may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims. When satisfactory evidence is furnished that GC -17 all liabilities have been fully discharged, payments to the Contractor shall be resumed in full in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the Owner by either the Contractor or his surety. 3.14 Protection Against Royalties or Patented Invention The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner, Engineer, and Engineer's Subconsultants harmless from any loss on account thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the Owner. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner, Engineer, and Engineer's Subconsultantsagainst any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer or Engineer's Subconsultants, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 3.16 Assignment and Subletting GC -18 The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the Owner. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner as provided by this agreement. 3.17 Indemnification The Contractor shall defend, indemnify and hold harmless the Owner, Engineer, and Engineer's Subconsultant and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person including Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's employees, or to injury to or destruction of tangible property including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - subcontractor including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer or Engineer's Subconsultants, their agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer or Engineer's Subconsultants, their agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner, Engineer, or Engineer's Subconsultants, or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly employed by any of them, or anyone GC -19 for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workmen's Compensation. Definitions: Certificate of coverage ( "certificate ") - a copy of a certificate of insurance, a certificate of authority to self- insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in § 406,096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all employees of the Contractor providing services on the GC -20 project, for the duration of the project. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. (c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY." The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven (7) calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the Contractor knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project. GC -21 The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project to: (a) (e) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; © provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project; and GC -22 (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the Commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, and /or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) calendar days after the receipt of notice of breach from the governmental entity. B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $50,000 for each occurrence. Contractor shall require Subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and the Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. GC -23 The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than workers' compensation) shall be endorsed to include the Owner as an additional insured thereunder. The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the insurance applies, the expiration date, and the above- mentioned notice of cancellation clause. Insured shall be listed in the insurance coverage by specific name and not by genre. A listing of Engineer and Engineer's Subconsultants to be named as additional insured shall be as follows: 3.19 Final Clean - up HDR Engineering, Inc., 2211 S. IH -35, Ste. 300 Austin, Texas 78741 Fugro South, 8613 Cross Park Drive, Austin, Texas 78754 Baker - Aicklen & Assoc., 203 E. Main St., Ste. 201, Round Rock, Texas 78664 Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. 3.20 Correction or Removal of Defective Work If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not GC -24 defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). If within one year after the date of Substantial completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in these Conditions. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. GC -25 If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with this section, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR'S defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. 3.21 Testing of Materials Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the GC -26 material meets the requirements specified for this project. 3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10) 2288.021. Duty of Government Entity to Pay Prevailing Wage Rates a. The state or any political subdivision of the state shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection (a) does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the contractor under the contract, except that, the public body may not GC -27 Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS. 4. Prosecution and Progress 4.01 Time and Order of Completion It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal: provided, also, that when the Owner is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner, schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time withhold money from other than the final payment without determination by the public body that there is good cause to believe that the contractor has violated this chapter. WR1001 July 1997 Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or the Engineer, or of any employee of either, or by other contractors employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. 4.03 Hindrances and Delays GC -28 No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and /or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 Estimated Quantities This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. GC -29 Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work". 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion of all work and on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this agreement. 5.04 Partial Payments On or before the first day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item which in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statement. The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment ". 5.05 Use of Completed Portions The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work GC -30 or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the work has been completed, or substantially completed, the Engineer and the Owner shall inspect the work and within said time, if the work is found to be completed in accordance with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the reason for non - acceptance. 5.07 Final Payment Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare final statement for the value of all work performed and materials furnished under the terms of the agreement and shall certify same to the Owner, who shall pay to the Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the Contractor under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required. 5.08 Payments Withheld The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: GC -31 a) Defective work not remedied or other obligations hereunder not done. b) Claims filed or reasonable evidence indicating probable filing of claims. c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. d) Damage to the Owner or another contractor's work, material or equipment. f) g) e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. Reasonable indication that the work will not completed within the contract time. Other causes affecting the performance of the contract. When the above grounds are removed or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 Delayed Payments Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders Without invalidating this agreement, the Owner may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by a Change Proposal Request and subsequent Change Order to be prepared by the Engineer GC -32 for execution by the Owner and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change. In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the Owner, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the Owner for extra work involved therein, as hereinafter provided. 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price. These changes will be in the form of Work Change Directives for modifications involving no price or time adjustment to the Contract. If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written Change Proposal Request. In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the Owner of his request to the Engineer for a written Change Proposal Request and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method (C) GC -33 If neither Method (A) nor Method (B) is agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen percent (15 %). In the event said extra work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on performance and payment bonds and maintenance bonds, public liability and property damage and workers' compensation, and all other insurance as may be required by any law or ordinance, or directed or agreed to by the Owner. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the Engineer. The Engineer or the Owner may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100 %), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15 %) of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the Contractor's camp or field office must be maintained primarily on account of such extra work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Engineer for written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of the GC -34 "actual field cost" thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to mediation or litigation. 6.04 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the Engineer's decision, any demand for mediation shall be filed with the Engineer and the Owner in writing within ten (10) days after the date of delivery to Contractor of the Engineer's final decision. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claims by either party, except claims by Owner for defective work or enforcement of warranties and except as noted otherwise in the Contract Documents. 6.05 Continuing Performance The Contractor shall continue performance of the contract during all disputes or disagreements with the Owner. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as the Owner may otherwise agree in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Engineer, or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with the Contract Documents, then and in that case, where performance and payment bonds exist, the sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the surety on the performance bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor (except when used in connection with extra work, where credit GC -35 shall be allowed as provided for under Section 6 herein), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners (1) The Owner may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as the Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to the Contractor, and expense so charged shall be deducted and paid by the Owner out of such monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor and /or his surety shall pay the amount of such excess to the Owner, or (2) The Owner, under competitive bids taken after notice published as required by law, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case there is any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and /or his surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified by the Engineer as being correct, shall then be prepared and delivered to the Contractor and his surety, whereupon the Contractor and /or his surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Certificate of Completion. GC -36 In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and /or his surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and /or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and /or his surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the Contractor or his surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his surety. 7.02 Abandonment by Owner In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. GC -37 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the contract, shall furnish to the Engineer in writing for acceptance by the Owner and the Engineer a list of the names of the Subcontractors proposed for the principal portions of the work. The Engineer shall promptly notify the Contractor in writing if either the Owner or the Engineer, after due investigation, has objection to any Subcontractor on such list and does not accept him. Failure of the Owner or the Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the Owner and the Engineer The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. If the Owner or the Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the Owner or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate change order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Engineer, unless the substitution is acceptable to the Owner and the Engineer. 8.02 Subcontractual Relations GC -38 All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) preserve and protect the rights of the Owner and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; (5) obligate each subcontractor specifically to consent to the provisions of this section. A copy of all such subcontract agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. 8.03 Payments to Subcontractors The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained GC -39 percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, the Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner or initiates an proceeding allowed hereunder on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse the Owner for all attorney's fees and court costs or other costs which the Owner has incurred. GC -40 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work, except as otherwise specifically provided in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill -timed work shall be borne by the party responsible therefor. 10. Protection of Persons and Property 10.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to: (1) (2) (3) all employees on the work and all other persons who may be affected thereby: all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub - subcontractors; and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is GC -41 necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to federal, state, local laws and ordinances. All city ordinances shall be complied with even though some or all of the blasting is done outside the city limits unless the applicable ordinance is in conflict with the law of the jurisdiction where the action is being taken. The following is a list of requirements in addition to federal, state, and Local laws and ordinances: 1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty -four (24) hours prior to using explosives. A blasting permit must be obtained from the city at least five (5) days prior to use of explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and city departments will be notified by the Contractor, on every occasion, at least twenty -four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City of Round Rock or by consulting firms approved by the city. GC -42 8. The Contractor shall maintain accurate records throughout the blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the inspector. The Contractor is fully responsible for all claims resulting from his blasting operation. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to the acts or omissions of the Owner or the Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the Contractor's work or storage areas. Upon request, the Owner shall provide such information as it has about the location and grade of water, sewer, gas, and telephone and electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. 11. Termination 11.01 Termination by Owner for Cause Conditions for termination are as follows: Without prejudice to any other legal or equitable right or remedy which it would otherwise possess hereunder or as a matter of law, City shall be entitled by giving Contractor five (5) days prior written notice to terminate this contract in its entirety at any time: If the Contractor becomes insolvent, voluntarily files for bankruptcy, is the subject of an involuntary petition for bankruptcy commenced by its GC -43 creditors, makes a general assignment for the benefit of creditors or becomes the subject of any other proceeding commenced under any statute or law for the relief of debtors; or If a receiver trustee or liquidator of any of the property or income of Contractor shall be appointed; or If Contractor: Shall fail to prosecute the work or any part thereof with diligence necessary to insure its progress and completion as prescribed by the time schedules; and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or If Contractor: Shall fail for any reason other than the failure by City to make payments called upon when due, and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or If Contractor: Shall commit a substantial default under any of the terms, provisions, conditions, or covenants contained herein; or Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or In the event of such termination, Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice and shall not be entitled to receive any further fixed fee payments hereunder and shall be further subject to any claim City may have against Contractor under other provisions of this agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and /or fixed fee. If this Contract is terminated for cause, the City shall have the right but shall not be obligated to complete the work itself or by others; and to this end, City shall be entitled to take possession of and use such equipment and materials as may be on the job site, and to exercise all rights, options, and privileges of Contractor under its subcontracts, purchase orders, or otherwise; and Contractor shall promptly assign such rights, options and privileges to City. If City elects to complete the work itself or by others, pursuant to the foregoing, the City will reimburse City for all costs incurred by City (including, without limitation, applicable, general, and administrative expenses, and field overhead, and the cost of necessary equipment, materials, and field labor) in correcting work by Contractor which fails to meet contract requirements. Nothing contained in the preceeding sections shall require City to pay for any work which is unsatisfactory as determined by the Director or which is not submitted in compliance with the terms of this Contract. City shall not be required to make any payments to Contractor when Contractor is in default under this Contract, nor shall this Article constitute a waiver of any right, at law and at equity, which City may have if GC -44 Contractor is in default, including the right to bring legal action for damages or to force specific performance of this Contract. 11.02 Termination for Convenience In connection with the work outlined in the Contract, it is agreed and fully understood by Contractor, that City may cancel or indefinitely suspend further work hereunder or terminate this Contract either for cause as outlined above, or for the convenience of City, upon fifteen (15) days written notice to Contractor, with the understanding that immediately upon receipt of said notice all work and labor being performed under this Contract shall cease. Contractor shall invoice City for all work satisfactorily completed and shall be compensated in accordance with the terms of this Contract for work accomplished prior to the receipt of said notice. No amount shall be due for lost or anticipated profits. After receipt of a notice of termination and acceptance otherwise directed by City, Contractor shall, in good faith, and to the best of his ability, do all things necessary, in the light of such notice and of such request and implementation thereof as City may make to assure the efficient proper closeout of the terminated work (including the protection of City property). Among other things, the Contractor shall, except as otherwise directed or approved by City: 1. Stop the work on the date and to the extent specified in the notice of termination. 2. Place no further orders for subcontracts for services, equipment or materials, except as may be necessary for completion of such portion of the work as is not terminated. 3. Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. 4. Assign to City, in the manner and to the extent directed by it, al right title, and interest of Contractor under the orders or subcontracts so terminated; in which case, City shall have the right to settle or pay any or all claims arising out of such termination of such orders and /or subcontracts. 5. With the approval of City, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts. 6. Deliver to City, all documents, property, plans, field surveys, maps, cross sections and other data, designs and work related to the Project shall become the property of the City upon termination of this Contract, in a reasonably organized form, without restriction on future use. Should City subsequently contract with a new contractor for continuation of services under this Project, Contractor shall cooperate in providing information. 7. In the event of such termination, no cost incurred after the effective date of the notice of termination shall be treated as reimbursable costs unless it relates to carrying out the unterminated portion or taking closeout measures. GC -45 6.0 SPECIAL CONDITIONS SECTION 01- INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIOUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages of the following amounts: Substantial Completion of Bid Items $ 1,500/day Final Completion of Bid Items $ 500 /day SC -2 01-05 LOCATION The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for acquiring fire hydrant meter, including meter deposit, from the City and providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while performing the work associated with this contract. No additional payment will be made for this item. SC -3 - 02 -03 GUARANTEES The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for the period that the Warranty Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGE SCALE Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to Contractors and Subcontractors. The Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the Owner. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. 02 -05 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. SC -4 1 1 02 -06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -07 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. i 02 -08 PAYMENT FOR MATERIALS ON HAND Owner will not pay for materials on hand. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 1 02 -09 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built ", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner Each appurtenance shall be located by at least two (2) horizontal 1 distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. SC -5 1 1 1 02 -10 LAND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to done, right -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 1 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. 1 02 -12 CONSTRUCTION STAKING 1 All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans. This item shall not be paid for separately and shall be considered 1 subsidiary to other bid items. SECTION 03- TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access (including impacting traffic ' on streets or highways), the Contractor shall request approval from the Owner. If approved, Contractor shall notify all applicable agencies (i.e. Fire Department, E.M.S., Public Works, etc.) and comply with the requirements of each entity. SC -6 1 1 If traffic is impacted, as a minimum, at the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. Traffic plans shall be designed and sealed by an engineer licensed in the state of Texas. This item shall be considered subsidiary to other bid this Special Condition. SECTION 04- WARRANTY BOND Per City of Round Rock Ordinances, a two (2) year Warranty Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 20. Warranty Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety or other surety or sureties acceptable to the Owner prior to final payment. A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit from the State of Texas to _ act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. SECTION 05- INSURANCE Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: 3.18 Insurance Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with SC -7 copies of policy declaration pages and all policy endorsements as evidence thereof: a. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance. b. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. d. On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. e. Owner and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co - insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. SC -8 If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to change. 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. SC -9 If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and /or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. SC -10 SECTION 06- WAGE RATES General Decision Number TX000043 Superseded General Decision No. TX990043 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BELL, CORYELL, McLENNAN AND WILLIAMSON COUNTIES. Modification Number Publication Date 0 02/11/2000 County(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN SUTX2042A 03/26/1998 Rates AIR TOOL OPERATOR 8.08 ASPHALT HEATER OPERATOR 11.00 ASPHALT RAKER 8.00 ASPHALT SHOVELER 7.97 BATCHING PLANT WEIGHER 11.00 CARPENTER 10.80 CONCRETE FINISHER - PAVING 9.57 CONCRETE FINISHER - STRUCTURES 8.83 CONCRETE RUBBER 8.52 SC -11 Fringes Rates ELECTRICIAN 16.25 FLAGGER 6.86 FORM BUILDER - STRUCTURES 8.77 FORM LINER - PAVING & CURB 8.00 FORM SETTER- PAVING & CURB 8.68 FORM SE I "IER-STRUCTURES 8.73 LABORER- COMMON 7.12 LABORER- UTILITY 7.99 MECHANIC 12.15 OILER 11.40 SERVICER 8.44 PAINTER - STRUCTURES 10.00 PIPE LAYER 8.27 ASPHALT DISTRIBUTOR OPERATOR 9.70 ASPHALT PAVING MACHINE 9.26 BROOM OR SWEEPER OPERATOR 7.12 BULLDOZER 9.28 CONCRETE CURING MACHINE 7.79 CONCRETE FINISHING MACHINE 11.00 CONCRETE PAVING SAW 9.79 SLIPFORM MACHINE OPERATOR 11.15 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 10.12 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 15.00 FRONT END LOADER 8.86 HOIST- DOUBLE DRUM & LESS 10.81 MIXER 7.12 MIXER - CONCRETE PAVING 11.00 MOTOR GRADER FINE GRADE 12.37 MOTOR GRADER 11.14 PAVEMENT MARKING MACHINE 8.31 PLANER OPERATOR 15.75 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.73 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 7.33 ROLLER, PNEUMATIC, SELF PROPELLED 7.17 SCRAPERS 8.38 TRACTOR - CRAWLER TYPE 9.40 TRAVELING MIXER 7.92 TRENCHING MACHINE, HEAVY 9.92 SC -12 Fringes Rates WAGON- DRILL/BORING MACHINE 8.00 REINFORCING STEEL SE 1"1'ER PAVING 14.50 REINFORCING STEEL SE'1TER STRUCTURES 10.61 STEEL WORKER- STRUCTURAL 11.73 SPREADER BOX OPERATOR 8.55 WORK ZONE BARRICADE 8.29 SIGN INSTALLER 7.97 TRUCK DRIVER - SINGLE AXLE LIGHT 8.32 TRUCK DRIVER - SINGLE AXLE HEAVY 7.954 TRUCK DRIVER - TANDEM AXLE SEMI TRAILER 8.02 TRUCK DRIVER- LOWBOY/FLOAT 10.12 WELDER 11.02 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR - 5.5(a) 1 (ii)) WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor SC -13 Fringes 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION SC -14 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER /CEJIJNGINSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 GLAZIER $13.60 $2.24 $1.15 $0.54 $1753 HEAVY EQUIPMENT OPERATOR $10.56 $0.00 $0.00 $0.00 $10.56 INSULATOR $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 80.00 87.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00: $8.00 PIPEFITTER $18.10 $1.42 $1.80 80.00 $21.32 PLUMBER $12.68 $0.00 $0.00 $0.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 $10.00 SHEET METAL WORKER $18.40 $2.39 $2.55 $0.33 $23.67 SPRINKLER FITTER $18.25 $3.40 $2.20 $0.00 $23.85 TERRAZZO WORKER $0.00* $0.00 $0.00 $0.00 $0.00* TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER/CAULKER $10.64 $0.00 $0.00 $0.00 510.64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNTY NAME: WILLIAMSON PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES Date Printed: April 15, 1997 *$0.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this classification. Government Code Title 10, Sec. 2258.023, paragraph C state: "A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided in Section 2258.022. (Property of General Services Commission, Based on 1996 Survey results) SC -15 7.0 TECHNICAL SPECIFICATIONS 1 1 ITEM 1 GENERAL DESCRIPTION 1 1.01 SCOPE OF WORK 1 The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in ' connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1 1.02 GOVERNING TECHNICAL SPECIFICATIONS 1 NOTE: The item number designation shown in parentheses adjacent to captions herein is a reference to City of Austin Standard Specifications. 1 STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion and Sedimentation Control Manual are hereby referred to and 1 included in this contract as fully and to the same extent as if copied at length herein and they shall be applied to this project except as modified 1 in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it 1 shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall ' be construed to mean the City of Round Rock. 1 1 1 1 TS -1 1 1 1 ITEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. 2.01.2 BACKWORK The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 2.02 GRADING The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. 1 1 1 TS -2 1 1 1 1 ITEM 3 EXAMINATION AND REVIEW 1 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have 1 jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for 1 the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION 1 The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 1 3.03 CONSTRUCTION STAKING 1 The Engineer shall furnish the Contractor reference points and benchmarks that, in the Engineer's opinion, provide sufficient information 1 for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES, MARKS. ETC. 1 All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole ' expense. 1 1 1 TS -3 1 1 1 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right -of -way but only with approval of the Engineer. 4.03 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protecti on, reference and resetting of property corner monuments if disturbed. 4.04 DISPOSAL OF SURPLUS MATERIAL 1 The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.05 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. 1 1 1 1 TS -4 1 1 1 1 ITEM 5 MATERIALS 1 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for ' the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 1 5.02 MATERIALS AND WORKMANSHIP ' No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they shall be understood to mean that the ' item referred to shall be "proper ", the "equivalent" of, or "equal to" some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds ' and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the ' specifications in connection with a material, manufactured article or process, the material, article or process specifically design ated shall be used, unless a substitute is approved in writing by the Engineer, and the ' Engineer will have the right to require the use of such specifically designated material, article or process. 1 1 1 TS -5 1 1 DIVISION 1 GENERAL REQUIREMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 97A23 2 SECTION 01060 3 PROJECT CONDITIONS 4 PART 1 - GENERAL 5 1.1 PRECONSTRUCTION CONFERENCE 6 A. A preconstruction conference shall be held after award of Contract. Engineer will notify the 7 Contractor as to the location, date and time of the conference one week in advance of the 8 proposed date. Contractor's Project Manager and Project Superintendent and Contractor's 9 Subcontractor Representatives shall attend. 10 1.2 PROJECT SIGNS 11 A. Furnish and install one project sign as shown in Exhibit A attached to this Specification. 12 B. Install in location approved by Owner. 13 C. Signs not listed in this Specification permitted only upon approval of Owner. 14 1.3 CONTRACTOR'S FIELD OFFICE 15 A. Establish Contractor field office in project vicinity. Provide the following: 16 1. Telephone. 17 2. Fax machine. 18 3. Mailing/Delivery addresses. 19 4. First aid kit, drinking water, and temporary sanitary facilities. 20 B. Assure access to this office by Owner and Engineer during working hours. 21 C. At field office, maintain complete file of shop drawings, posted Contract Drawings and 22 Specifications, and other files of field operations including provisions for maintaining "As 23 Recorded Drawings." 24 D. Remove field office from site upon acceptance of the entire work by the Owner. 25 E. The Contractor shall be required to provide a project manager for the Project to be the single 26 point of contact throughout the duration of the Contract. The project manager shall be available 27 by telephone at all times during the Project. The project manager will be responsible for 28 attending progress and other project meeting, providing timeline and cost schedule updates, 29 coordinating shop drawing and O &M manual submittals, and any other coordination or 30 correspondence required for the Project. 31 1.4 WORK HOURS 32 A. Unless otherwise approved by Owner or specified elsewhere, allowable work hours shall be 33 Monday through Friday from 7:00 a.m. to 6:00 p.m., and Saturday and Sunday from 9:00 a.m. to 34 6:00 p.m. 35 B. No holiday work will be allowed. 36 C. Texas Crushed Stone entrance road at pipeline Station 22 +00 shall only be closed to traffic 37 between 5:30 p.m. Friday to 4:00 a.m. Monday. See Sheet 1CO2. 38 1.5 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE 39 A. Owner will furnish contract documents to Contractor as stated in 01 -02 of the Special 40 Conditions. 07225-056-036 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 01060 - 1 2 1.6 PROJECT MEETINGS 3 A. The Engineer will conduct construction meetings involving: 4 1. Contractor's project manager. 5 2. Contractor's project superintendent. 6 3. Owner's designated representative(s). 7 4. Engineer's designated representative(s). 8 5. Contractor's subcontractors as appropriate to the work in progress. 9 B. Meetings conducted monthly, or as needed. 10 C. The Engineer will take meeting notes and submit copies to participants and designated recipients 11 identified at the Preconstruction Conference. Corrections, additions or deletions to the notes 12 shall be noted and addressed at the following meeting. 13 D. The Engineer will schedule meetings for most convenient time frame for all parties. 14 E. The Engineer will have available at each meeting full chronological file of all previous meeting 15 notes. 16 F. The Contractor shall have available at each meeting up -to -date "As- Recorded" drawings. 17 1.7 TESTING 18 A. Payment for Soil, Concrete and Other Testing: 19 1. Soils and concrete testing: The Owner will pay for "Passing" soils and "Passing" concrete 20 tests on the Project. Costs of corrective action, costs of "Failing" soils and concrete tests, 21 and cost of testing associated with establishment of mix design are the sole responsibility of 22 the Contractor. 23 2. Other testing: Required testing, testing procedures, reports, certificates, and costs associated 24 with all phases of securing required satisfactory test information which may be required by 25 individual sections of Specifications or Drawings are the full responsibility of the 26 Contractor. 27 1.8 HISTORICAL AND ARCHAEOLOGICAL 28 A. If during the course of construction, evidence of deposits of historical or archaeological interest 29 is found, the Contractor shall cease operations affecting the find and shall notify the Owner. No 30 further disturbance of the deposits shall ensue until the Contractor has been notified by the 31 Owner that Contractor may proceed. Compensation to the Contractor, if any, for lost time or 32 changes in construction resulting from the find, shall be determined in accordance with changed 33 or extra work provisions of the Contract Documents. 34 1.9 ORDER OF CONSTRUCTION AND CONSTRUCTION SCHEDULE 35 A. Construction operations shall be scheduled to allow the Owner uninterrupted operation of 36 existing facilities. Coordinate work with operation of existing facilities to ensure timely 37 completion of interfaced items with minimal disruption of existing facilities. 38 I. At no time shall Contractor or his employees modify operations of the existing facilities or 39 start construction of interfaced items without approval of the Owner, except in emergency to 40 prevent or minimize injury or damage. 41 2. Connections of the new 48 -inch transmission line to: a) the existing 42 -inch line near the 42 Owner's water treatment plant; b) the existing 36 -inch line near the intersection of County 43 Road 116 and Westinghouse Road; c) the existing 18 -inch line on the east side of I11-35; 44 and d) the existing 12 -inch line near the City's Westinghouse well site shall be trade 45 Mlfondaj Tuesday (Addendum # 1) through Thursday from October through March during 46 periods of low water demand. 07225.4)06 -036 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 01060 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. In accordance with AWWA C651, Standard for Disinfecting Water Mains, all final 2 connections to existing mains may not occur until the new pipeline has been successfully 3 pressure tested, disinfected, and flushed. See Section 15060, Paragraphs 3.5.A and 3.6. 4 4. Connection to the existing 12- and 18 -inch lines and abandonment of portions of the 5 existing lines shall not be made until the new 48 -inch transmission line is successfully 6 pressure tested, disinfected, flushed, and fully operational in accordance with Section 15060 7 and to the satisfaction of the Owner. 8 E. Within 10 days after award of Contract, submit for approval a critical path type schedule. 9 I. Account for schedule of Subcontractors and delivery of all anticipated Submittals. Include 10 proper sequence of construction, various crafts, purchasing time, submittal approval, 11 material delivery, equipment fabrication, startup, demonstration, and any other time 12 consuming factors. 13 2. Show on schedule as a minimum, earliest starting, earliest completion, latest starting, latest 14 finish, and free and total float for each task or item. 15 3. Evaluate schedule bi- weekly. Revise and rerun schedule and submit to Engineer in 16 triplicate with pay application to show rescheduling necessary to reflect true job conditions. 17 When shortening of various time intervals is necessary to correct for behind schedule 18 conditions, indicate in writing steps to be implemented to accomplish work in shortest 19 schedule. 20 C. Upon receipt of approved "Work Schedule," within 10 days, submit to Engineer an estimated 21 payment schedule by each month of project duration. 22 1. Include a composite curve to show estimated value of work complete and stored materials 23 less specified retainage. 24 2. Establish key months when work will be 50, 90, and 100 percent complete. 25 3. During the course of work, update with new composite curves at key months or whenever 26 variation is expected to be more than plus or minus 10 percent. 27 4. Retain original or previous composite curves as dashed curves on all updates. Include a 28 heavy plotted curve to show ACTUAL payment curve on all updates. 29 1.10 SPECIAL CONSIDERATIONS 30 A. The Owner's existing raw and treated water transmission lines are adjacent to portions of the 31 planned route for the 48 -1N transmission line. These lines are major lifelines for the Owner's 32 water supply. As -built plans for the lines are available from the Owner. No guarantee is made 33 as to the accuracy of the as -built plans. Contractor shall locate line(s) closest to the new work by 34 potholing before excavating. Contractor shall take precaution to avoid damage to these lines. If 35 these lines are damaged, the Contractor shall immediately shut down construction operations on 36 the 48 -IN pipeline and devote his full resources to repair of the damaged lines. Contractor shall 37 coordinate repair work with the Owner and work diligently, around - the -clock if necessary, until 38 the existing line(s) is (are) repaired and returned to operation. 39 B. Contractor is cautioned that work will be adjacent to ONCOR (formerly TXU) electric 40 transmission lines. Contractor shall comply with ONCOR requirements for working near 41 overhead electric transmission lines. Contact Mr. Craig Weatherby at ONCOR at (512) 244- 42 5661 or (512) 415 -6145 at least 7 days prior to beginning any work near electric transmission 43 lines. 44 C. Notify landowners at least 7 days prior to beginning construction within Owner's easements on 45 landowners' properties. Upon completion of work on property, Contractor shall provide Owner 46 with written concurrence from landowner that all work has been completed to the landowner's 47 satisfaction. 48 D. Construction time within the temporary construction easements for the properties east of the east 49 side I11 -35 frontage road is limited to six (6) months from the start of construction within the 50 properties. 51 E. Water for pressure testing: See Section 015060, Paragraph 3.6. 07225-056-03 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01060 - 3 1 F. Contractor shall be responsible for negotiations of any waivers, permits, or alternate 2 arrangements required enabling transportation of materials and equipment to the site. 3 G. Maintain conditions of public roads adjacent to work sites such that travel is not hindered or 4 made unsafe as the result of construction related deterioration, mud, stones, and debris. 5 H. Maintain security at all work sites along the project to avoid vandalism and destruction of City 6 and private property. 7 I. See Section 02660. 8 1.11 PERMITS OBTAINED BY OWNER 9 A. The Owner has obtained various permits from private and governmental agencies for 10 construction of the 48 -inch transmission line. Contractor shall construct the 48 -inch 11 transmission line in general conformance with the provisions of these permits. The following 12 permits are attached to this Section as Exhibits, and are hereby incorporated into the Contract 13 Documents. 14 1. Exhibit B — Georgetown Railroad. 15 2. Exhibit C — Texas Department of Transportation. 16 3. Exhibit D — Williamson County. 17 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 18 PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) 19 END OF SECTION 20 0722- 051,030 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01060 - 4 1 1 EXHIBIT A 1 Project Sign 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION SITE FOR EAST WATER TRANSMISSION LINE - PHASE 1 48 -INCH BARTON HILL TRANSMISSION LINE CITY OF ROUND ROCK, TEXAS H. R��41 x HDR Engineering, Inc. �0ra�.nrjr PUBLIC WORKS DEPARTMENT AWARDED CONTRACTORS LOGO 8' -0" EXHIBIT B Georgetown Railroad Company PIPELINE LICENSE AGREEMENT This Pipeline License Agreement (the "License ") is made and entered into effective the date last executed herein be- lbw, by and between Georgetown Railroad Company, a. Texas cor- poration ( "GRR "), as licensor, and the City of Round Rock, Texas ( "Round Rock "), as licensee. W I T N E S S E T H: WHEREAS, the City of Round Rock desires to construct a forty -eight (48) inch pipeline, with a sixty (60) inch steel incasement, for the transportation of water (the "Pipeline "), which Pipeline will cross under the tracks of GRR; and WHEREAS, GRR wishes to grant to the City of Round Rock a license to construct and maintain the Pipeline; NOW THEREFORE, the parties hereby agree as follows: Article I License Grante'd;: Term; 'Consideration For and in consideration of the mutual covenants and contracts herein contained, GRR hereby grants to Round Rock a license to construct and maintain the Pipeline to cross under GRR's main line track and side track, ],581 feet north of Nile Post 5 and 1,094 feet south of the former common boundary line between Texas Crushed Stone Company and Westinghouse Electric Corporation, Williamson County, Texas and further described in Exhibit "A" attached hereto and incornorated herein for all pertinent purposes, on the terms and conditions described herein below. This License shall be effective from and after the date fully executed, and shall terminate at such time as the Pipeline is no longer used by the City of Round Rock for the use provided hereinabove. Article II Pipeline Location The Pipeline shall be located as described in Article I hereof. The Pipeline, when installed by Licensee, shall be installed so that the under surface of the pipe is at least five and one -half (51) feet below the bottom of the rail thereover, or at such lower depth which may be necessary to provide adequate support for the rail. Installation shall be made in conformity with the engineering profile contained in Exhibit "A" hereto. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Article III Responsibilities of Round Rock. 3.1. Installation and Maintenance,•' Removal:of Pipe Round Rock shall install or cause to be installed the Pipeline at the location provided•in Article I hereinabove. The Pipeline shall be installed safely and in a good workman- ' .like .mapner, and during the construction, Round Rock or its contractor involved'in the construction shall secure a policy of Owner's and Contractor's Protective Liability Insurance with limits of.- liability of at least $2,000,000.00, naming GRR as the named insured - and loss payee. Round Rock agrees to provide satisfactory evidence of such insurance coverage - prior to beginning construction of the Pipeline. During the term of the License, Round Rock agrees that it will properly maintain the Pipeline and will take any and all'. actions and expend any and all funds which may be required to maintain the Pipeline. Round Rock .further agrees that the construction, maintenance', and operation of the Pipeline will comply with .. all applicable State, - Federal and local laws, rules or regula- tions, and upon any notification by any person that the Pipeline is not incompliance with such 1 rules and regulations, Round Rock agrees to take prompt action to bring the Pipeline into such pompliance. In the event that Round Rock fails.to properly maintain the Pipeline or to take any- action recuired -3- to bring the Pipeline. into conformance with all applicable -laws, rules or regulations, the GRR,. after 10 days notice to Round Rock, may take any such - action as may be reasonably . necessary to render =:the Pipeline safe for•railroad operations ' or in compliance with applicable laws, rules and regulations, and Round Rock agrees that in the event- GRR takes such action, Round Rock shall,,wth twenty (20) days, reimburse GRR for . the actual cost of. labor performed by or on behalf of'GRR, including wages of foremen, plus 10% to cover supervision and accounting, plus vacation allowances, paid - holidays and health and welfare benefit payments applicable to such labor, . GRR's . • cost price of all materials f.o.b. GRR's rails'plus 10% to -cover handling and accounting, plus freight At tariff to'point •of use, and excise taxes applicable to said labor and materials Upon termination of this License, Round.Rock shall -take prompt action, to remove the'pipe and all associated materials and re- pair any damage to GRR's property which may be caused by such removal. Such removal shall be undertaken by Round.Rock with- o ut any demand -from GRR, but shall in any event commence- within t hirty.(30) days after- termination of this License and written demand for removal being made by GRR. 3.2. Indemnification and Hold Harmless During the term -of this License,"Round Rock agrees 'to -4- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 indemnify GRR and hold it harmless from any suits, claims, costs, loss or damage which may accrue to GRR, Round Rock or third parties, from the operation of the Pipeline arising out of, or occasioned by, the negligent acts of Round Rock or its employees or agents. The loss or damage for which Round Rock shall indemnify GRR and hold it harmless shall specifically include, but not be limited to, the following: (a) damage to or destruction of railroad track and track bed, railroad cars and engines, or to the Pipeline; (b) personal injury to or damage to property, owned, leased or operated by (i) GRR employees or agents, (ii) Round Rock employees, agents or contractors, or (iii) any third parties; and (c) economic loss to any party caused by damage to or destruction of. the Pipeline or the inter- ruption of Pipeline service, caused by negligence of Round Rock, its employees or agents. Such indemhification shall include all actual monetary cost to GRR, including expenses and attorney's fees. Article IV Representations and Warranties of Round Rock Round Rock hereby represents and warrants.to GRR that the construction, operation and maintenance of the Pipeline have been properly approved by the City of Round Rock, and that - 5 - Round Rock has been authorized by resolution, or -if required - by its Charter, by ordinance, to enter into this Pipeline License Agreement, that the resolution or ordinance has not been repealed and -is =`in effect at date of execution hereof; and that this License Agreement is enforceable against Round • Rock in accordance With its terms. Round Rock .further warrants and represents that the city officer executing - this License - has been duly 'authorized to execute the same on behalf , of, -and as the act and deed of., "the City of Round Rock. Article V • .Assignment The License hereby granted by GRR to Round' Rock is personal to the grantee hereof; and Round Rock shall. have no right to assign this.License without the express prior written consent of GRR:.GRR's rights hereunder shall be fireely assignable." -6- Article VI Notice Any notice required or permitted hereunder shall be per- sonally delivered or sent by registered or certified mail, re- turn receipt requested to the addressee at the address listed below, and such notice shall be effective on the date of de- livery, or date of mailing. Round Rock City of Round Rock 221 East Main Street Round Rock, Texas 78664 Georgetown Railroad Company Georgetown Railroad Company P.O. Box 529 Georgetown, Texas 78627 EXECUTED on the date indicated below: City of Round Rock �2. ATTEST: QIUYl ii' C1Ty SECRET4Ry Mfiya2i (Date) JuNn: J3,boa. (Title) Ny/.L mmat3E1 -L' (City Seal) ATTEST: - (Date) (Seal) -7- Georgetown Railroad Company BY : ,17 (/—/) Chairman of the Board (Title) PLACE ARROW IN0ICAT ING NORTH DIRECTION RELATIVE TO CROSSING • { d y - /I• • v t 0 O� 1 NEAREST I.R., TC.NI ' y �4 NOTES t NO SCALE FT. FT, ----.- 110E NM 3 1 51 ISCE Nom 3 E 51' - a 0.___(2..Q. IENC.LC of CR0351110 56.77rcr7 PowT 10ES75)50 FIEEO OIJCCTI IOU 1TC 51 I VTSTUN'E 11.0OG IAA. FRUI SECTION LINE 750551x5) Ibmp 151,3 7)715 S)M IEWNIIEWIIm IN ALL 45ES. EA I/T 13 110( SOME LINE 13 • D FT. 0IN m5T .1 SOP IbxN xl, r r CAIIRiDI PIPE A) )$ PIPELINE CROSSING WITHIN DEDICATED STREET =YES; NO; B) IF YES, NAME OF STREET C7 DISTR[BUT ION LINE OR TRANSMLS5ION LINE X 0) CARRIER PIPE : COM.100 I TY TO BE CONVEYED TA'EfJ 1 Ft5 WATER OPERATING PRESSURE 1 5' PSI L 57 �Z WALL TH ICKNESS VA.,' 5 ;DIAMETER 7$/w! ' MATER IAL DUCT /a /Ra;• E) CASING PIPE : WALL THI CKNESS O. D IAMETERGD /A/ ;MATERIAL $ E Fj. • NOTE: CASING MUST HAVE 2" CLEARANCE BETWEEN GREATEST OUTSIDE DIAMETER OF CARRIER PIPE AND INTERIOR DIAMETER OF CAS INC PIPE. WHEN FURNISH DIMENSIONS, GCVE OUTSIDE OF CARRIER PIPE AND IN5IDE OF CAS PIPE. F) METHOD OF INSTALLING CASING PIPE UNDER TRACK? SI: X DRY BORE AND JACK I WET BORE NOT PERMI TTEDI; _TUNNEL ; OTHER — G) WILL CONSTRUCTION BE BY AN OUTSIDE CONTRACTOR? X YES; N0; H) DISTANCE FROM CENTER LINE OF TRACK TO NEAR FACE OF BORING AND JACK PITS WHEN MEASURED AT RIGHT ANGLES TO TRACK YO `MrN I7 APPLICANT HAS CONTACTED GEoRGE7a5Jn) R P c . Ix • NIN.I Or U CO ION DEPARTMENT AND HAS DETERMINED FIBER OPTIC CABLE= DOES ;._DOES NOT ; EXIST IN VICINI TT 00 WORK TO BE PERFORMED. FORM DR- 0404 -8 REV.- 05 -o1 -90 ' APPLICATION FOR ENCASED NON - FLAMMABLE PIPELINE CROSSING NOTE:. ALL AVAILABLE DIMENSIONS MUST BE FILLED IN TO EXPEDITE THIS APPLICATION. O® r0ES15)9E FIRE) COJECT1 ISEE NOTE 5) I I FT. 40 FT. I lQ FT. I CASING LENGTH *KM NELLIAIDI ALONG PIPELINE., I) ALL HORIZONTAL DISTANCES TO BE MEASURED AT RIGHT AHGLE5 FROM 4 OF TRA00, EXCEPT A5 NOTED. 2) CASING TO EKTENO 8E5000 THE CENTERLINE OF TRACK AT RIGHT ANGLES 151E GREATER OF 2D • 20 FT., OR 3 AND BET0ND L10IT OF RAILROAD RIGHT-0E-RAT IF NECESSARY TO PROV)0E PROPER LENGTH OUTSIDE OF TRACK. 3) U)N)MIAI OF 50" FROM THE END OF ANT RAILROAD BRIDGE, 5 OF ANY COLVERT, OR FROM ANT SWITCHING AREA. 4) SIGNAL REPRESENTATIVE KIST BE PRESENT DURING INSTALLATION IF RAILROAD SIGNALS ARE IN THE VICINITY 51 ALLOWABLE FIXED OBJECTS INCLU)01 BACKWALLS OF BRIDGES; .4 OF ROAD CROSSINGS A OVERHEAD VIADUCTS 7511 0 FT., 5 FT. STEEL CASING BALL TH CKNESS CHART 0)07)4 5) 1)1 003E55 .2500• .S 13 .A .5 .6 125• 12 OR LESS OVER 12 a• Tso• OVER 18• -22 3rs- OVER 22• -28• �• OVER 28 -34• 625• OYER 34• -42• z50• OvEB L2• -4a• OVER 4a 0.151 BE APPROVED BY R.R. CO. 1/4` 5/16• 3/a 7/I6 1/2 9/I6 5/a 0)1OETER OF C45IND p 75 NOTE: THIS CHART IS 0411 FOR 500014 STEEL CASING PIPES WITH 0)RI1&M TIELO STRENGTH OF 35,000 PSI. F01al1L0 TO FIGURE 1'2 CASING LENGTH BIT)) ANGLE 01 CROSSING OTHER THAN 90- SIN A FT. RIP Lit. r0 ER Rr7X E ' 01�.DZ55. OF CROSSING. E 8040 NAME), OR 4 OF 00.51515. EXHIBIT "A" /1111 1 (114.7 1•11 11[12 1MA 50 - 5 - N CEDRGE r L.SjIJ ? lL. oAo co. M P 5.50 E S 2371'3a rcc ENCASED WATER 1.1/41 CROSSING AT FELD, L.)(LL1 ,I'15oh/ Co., 7ExA5 FOR Ciry .or . Row. lD ROCK RR FILE NO 251.602 DATED41 APR Ze:D2 WARN ) H G IN ALL 0 0111010. IL P. COALNICAT)0x5 DV,ATIOOT 1001 5C E nw wlrs IN Arv4x 11 la , CE Dr 1115 x 1D BETCRI E ETITTGN0 ('O LOCATIGI Or 5)500 0T)G CASES. 71x01: 1- 1atr3)FN,) EXHIBIT C Texas Department of Transportation I cum ION 11400 NMI I'..14c 2 of: To: Cf ly L flc.; ,.c 1T oc �c _,rC rice 7R (G TxDOT offers no objection to the location on the right -of -way of your proposed line as shown by accompanying drawings and notice dated (, f o - , 7. Texas Departgien TTr nsportation BY District No. Jy APPROVAL Notice: 012-02 -01109 - UP Hwy. No. 3 Date: 7-23-02 Beg. RM 1- ] Offset V , G °,- End RM Maintenance Section No. 0, Date 7 - 7 f• - >- Offset 13ubZG. Arm (1.! 4La County except as noted below. Your attention is directed to governing laws, especially to Article 6674w -1, Vernon's Annotated Civil Statutes of Texas. pertaining to Control of Access. Access for serving this installation shall be limited to access via (a) frontage roads where provided. (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right -of -way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right -of- way for normal service and maintenance operations. The Owner's rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Owner when such repairs are initiated and adequate provision is made by the Utility Owner for convenience and safety of highway traffic. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right -of -way, so that we may provide specifications for the extent and methods to govern in trimming. topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. • General Special Provisions: SEE ATTACTIED SHUTS OF SPECIAL REQUIREMENTS. SEE ATTACHED SWEETS OF SPECIAL PERMIT PROVISIONS. SPIMIAL ATTENTION TO "BORE% AND TUNNELING ". 1 E PERMIT HOLDER IS SOLELY RESPONSTBT F FOR RENEG TAnoN OF ALL AREAS DAMS OR DES POYED BY UTILITY CONSTRUCTION. THE UTILITY f NER WILL BE HELD LIABLE AND RESPONSIBLE FOR SUCH AREAS UNTIL GRCWTH IS REESTABLISHED TO THE SATISFACTION OF TxDOT. • Revegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed installation, the project area will be revegetated ® in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix to be used or ❑ as indicated on the attachment. Please notify o'f2, 1 5 t�.L7 2 scam— �S "r `� 3 e".---f •) oc. forty -eight (48) hours prior to starting construction of the line in order that we may have a representative present. Form 1082 CR. 2299) (EbcRCr`c •a von GSD -EPC Woo 97) Pegs 1 of 2 To the Texas Transportation Commission c/o District Engineer Texas Department of Transportation Austin , Texas Notice of Proposed Installation Utility Line on Controlled Access Highway Date June 10. 2002 Formal notice is hereby given that City of Round Rock Company proposes to place a 48 -inch Diameter Potable Water Pipeline line within the right -of -way of Interstate Highway 35 in Williamson County Texas as follows: (give location, length, general design, etc.) LOCATION: Within the Right of Way of Interstate Highway 35 as shown in the attached location map labeled OG02 and the attached plan and profile sheet labeled 1CO3. LENGTH: The total length of 60 -inch casing pipe installed under the West frontage road, the main travel lanes, and the East frontage road is 130 linear feet, 200 linear feet, and 180 linear feet; respectively. The total length of 48 -inch water line that will be installed within the TXDOT R.O.W. is from station 26 +65 to station 35 +17, or 852 linear feet. Within station 26 +65 and station 35 +17, approximately 408 linear feet of 60 -inch casing pipe will be installed_ DESIGN: The pipe material will be ductile iron, factory restrained joint, with a maximum working pressure of 200 psi. The 60 -inch diameter steel casing pipe is to be installed by tunneling or boring under the roadway, and per the attached Sheet 2CO2. A minimum wall thickness of 0.50 inch is required for the casing pipe as shown in the attached Specification. The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by One complete sets of drawings attached to this notice. Construction of this line will begin on or after the 1st day of October , 2002 . By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions /provisions included in this permit. • Firm City of Round Rock By (Print) Don ndell, P.E. Signature Title Chief tility Engineer Address 2008 Enterprise Drive Round Rock, Texas 78664 Phone No. (512) 218 -5554 1.17/Z.J/W4 ran Fax Sheet Date 7/23/02 Number of Pages (includes cover page) Message To I Name I Frm I City Austin From Name Jason Jones I Telephone 512- 912 -5188 Mike Can1us HDR Engineering, Inc. 2 Texas Department of Transportation Telecopy number called I State TX If you do not receive all the pages, please call 512 - 912 as soon as possible. I Department 036 Re: City of Round Rock Utility Crossing Permit Application 48 -inch Waterline at 111-35 Please see the attached letter regarding the traffic control plan. 512- 832 -7314 IJob Number 07225 -056 -036 2211 South I.H. 35 Telephone Suite 300 512 Austin. Texas Fax 78741 512- 912 -5158 u . cut VC gun .�•�.. . ^„ ' 1 July 23, 2002 Mr. Mike Camus 1 Texas Department of Transportation Utility Permits Building 7901 North 1H -35 Austin, TX 78753 Re: City of Round Rock 1 East Water Transmission Line, Phase 1 - 48 -inch Barton Hill Transmission Line Traffic Control Plan for IH -35 Crossing Dear Mr. Camus, On June 11, 2002, the City of Round Rock submitted a utility crossing permit application 1 to TxDOT for the above - mentioned project. The utility crossing permit application does not include a traffic control plan for the work within the right -of -way of Interstate 1 Highway 35. This letter is to assure you that the selected contractor will be required to submit a traffic control plan to TxDOT for approval prior to all work within the Interstate Highway 35 right -of -way. This requirement is described on Sheet 1CO3-of the Contract Drawings, as well within the Contract Specifications. The traffic control plan is to include, at a minimum, locations for traffic control barriers, locations of all signs and other traffic control devices, and bore pit dimensions and locations. The traffic control plan prepared by the Contractor shall conform to all TxDOT policies, rules, and standards_ The Engineer and Owner will also describe the above - mentioned requirements at a pre- ' bid conference prior to selection of the contractor, and then at a pre- construction conference upon selection of the Contractor. Work within the Interstate Highway 35 right -of -way shall not begin until the Contractor has obtained full approval from TxDOT for the traffic control plan. Thanks for your help, and please don't hesitate to call Jason Jones or myself at (512) 912- ' 5100 should you have any further questions regarding this matter. ' Sincerely, HDR Engineering ' Richard A. Shoemaker, P.E. 1 Vice President / Project Manager CC: Don Rm r1e11, CORR ' Jason Jones, FIDR HAR Engineering, Inc. 2211 South IH 35 Telephone ' Suite 300 512 912 - 5100 Austin,Texas Fax Employee Owned 78741 512 912 -5158 1 2. Boris Revised December 2000 Page 1 oft TxDOT SPECIAL PROVISIONS (BORING AND TUNNELING) 1. General Requirements Pipelines crossing under surfaced roads and roads carrying traffic within limits of right -of -way shall be placed by boring or tunneling unless otherwise specifically authorized by TxDOT. Boring or tunnels shall be placed at least five feet (5') below the surface of the pavement as to provide sufficient depth of soil above hole for supporting superimposed live and dead loads and also prevent collapse of supporting soil between hole and pavements due to any boring, tunneling, or casing jacking operations. Boring and /or tunneling shall extend past the roadway crown lines and outside of any shoulders adjacent to pavement at least ten feet (10') or five feet (5') if curbed and guttered. Pits excavated for boring or tunneling operations shall be located so that possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified herein. All operations and equipment relative to tunneling and boring shall be confined to areas outside of roadway shoulders and away from edges of pavements by suitable barricades. Barricades shall be maintained clear of shoulders at all times except that in no case shall the clear distance between barricades and edge of pavement or face of curb can be less than eight feet (8'). Where material beneath pavement is sandy or unstable and will be subject to caving, hole for casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than 6 inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, hole for casing may be bored first and casing inserted in hole immediately after completion of boring if permitted by TxDOT. Water shall not be used in conjunction with drilling if it in any way causes stable material to cave or become unstable. Drilling mud may be used to stabilize the hole prior to inserting casing. 3. Tunneling While hole is being tunneled, casing shall be jacked into place as operations progress except as hereinafter specified. Where necessary to use sectionalized steel liner plates, each successive ring of plates shall be placed in position and completely bolted into place as soon as excavation is completed far enough ahead of completed casing to receive the next ring. Working face of excavation shall not precede advancing end of casing by more than 2 1/2 feet unless otherwise permitted by TxDOT. No explosives shall be used within the limits of TxDOT right -of -way in conjunction with tunneling. 4. Grouting All voids around casing shall be pressured grouted with grout consisting of Portland Cement and washed sand and containing not less than 6 sacks of Portland Cement per cubic yard of grout. Additional cement shall be added in workability and/or stability cannot be obtained with the proportions indicated. An air- entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in order to avoid any shearing of soil and settlement of overburden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT that voids are being filled. On reinforced concrete casing this may consist of drilling holes around inside of perimeter of casing and fitted with removable plugs. On steel casing, removable threaded plugs may be provided at intervals around inside perimeter of casing. No holes shall be drilled in pavements or shoulders for grouting operations. Revised December 2000 Page 2 of 2 1. Utility lines shall be placed at depths reflected in the Utility Accommodations Policy (UAP). On the backside of this sheet we show a few of the minimum depth requirements for a few different types, and sizes of conduit / pipe. It shall be the utility company's responsibility to determine if other utility lines exist in the area of proposed work. Should any existing utilities be discovered at the proposed location; a letter from the Utility Company requesting a revised alignment, which would avoid any additional conflicts, shall be submitted to the TxDOT for approval. At no time shall a buried utility be placed closer than 3' from the ROW line. 2. All pipe conduit and cable shall be laid at least 36" beneath the original or proposed ditch line elevation. The width of cut along right of way shall be held to a minimum. All concrete and asphalt surfaces like city streets, county roads, and driveways shall be bored. In order to open cut a driveways, the Utility Company must provide a signed letter from the owner of the driveway to be cut. The open cut approval letter must have the following information on it, full name and address with telephone number for verification and approval by TxDOT. 3. All excavation within the ROW and not under a roadway surface shall be backfilled by tamping in 6" horizontal layers or by pounding and compacting the soil to the density equal to that of the surrounding soil. The ROW shall be reshaped to its original condition or better and the area reseeded or resodded to reduce erosion. All excavation within the limits of the roadway surface of a highway, intersecting city street, county road, driveway or closer than 3' -0" to the back of curb or edge of pavement will require, at the discretion of the TxDOT inspector, stabilized backfill consisting of selected flexible base material mixed with Portland cement in a ration of one sack per cubic yard of base material, two sack ready -mix concrete, or flowable backfill, as indicated in TxDOT Special specification Item 4005. The backfilled ditch shall be steel plated and/or thoroughly compacted and maintained under traffic until cured and repaved in a manner comparable to its prior condition. (See backside for additional information) Revised June 2002 Page 1 of 2 TxDOT SPECIAL PROVISIONS LONGITUDINAL UTILITY LINE INSTALLATIONS (Pipe line & underground conduit or cable) 4. All fire hydrants (except on curbed roadways), cable closures, risers, etc. for buried utilities shall be located within 18" or the ROW line. Large communication equipment housings on highway ROW shall be placed at or near the right -of -way line. Outside depth, length and height dimensions of the aboveground portion of the housing should not exceed 36 ", 60" and 48" respectively. The supporting slab should not project more than 3" above ground Line. 5. The contractor or Utility Company must keep the roadway clean, free of mud, and debris at all times. If the weather is poor, work should stopped. 6. In the interest of highway beautification and in order to preserve desirable trees, boring or tunneling will be required if installation falls within five feet (5') of said trees with the following exceptions: (a) in areas where planned roadway expansion would require tree removal, (b) when the diameter of the installation under the tree would cause extensive damage to the tree's root system; (c) at the prerogative of the Engineer, a tree may be removed and replace with another, with an agreed maintenance period of one year. Listed here are just a few of the minimum requirements for groundcover. See the Utility Accommodation Policy for pipe and conduit depth not shown on this hand out. Electrical: Depth of electrical conduit should have a minimum cover of 30 ". If the Voltage is greater then 22,000 the groundcover should be at least 36 ". For Voltage higher then 40,000 the cover should be 42 ". For ditch crossings 36" of cover at the lowest part of a ditch will be required. Water / Sewer Line: Metal pipe 24" of cover Plastic Pipe (PVC) 30" of cover Low Pressure Natural Gas Line: 24" of cover 18" under pavement High Pressure Natural Gas and Liquid Petroleum: Refer to the Utility Accommodation Policy for other pipe and conduit requirements, not shown on this hand out. Please note TxDOT is not responsible for any damages to any existing utility lines caused by the permitted utility company or their contractor. It will be the responsibility of the utility company and or their contractor to locate any and all existing utility lines prior to staring any work within the right of way. Revised June 2002 Page 2 of 2 Notification Prior to Starting Work The contractor will need to notify TxDOT 48 hours prior to doing any utility work within the ROW. Depending on the scope of work, the contractor may be required to schedule a pre - construction meeting with TxDOT prior to starting work. The contact person's name will be reflected on the lower portion of the approved permit request form. (2) Working Hours for Utility Construction - Utility companies or their contractors can work on the TxDOT right of way (ROW) during daylight hours only Monday thru Friday. No construction work within the state ROW will be allowed on Saturday and Sunday, or after dark, unless contractor has permission from the contact person shown on the approved permit. (3) Lane Closures and Lane Closure Hours Lane closures require TxDOT authorization and must be set up in accordance to TxDOT and the "Texas Manual on Uniform Traffic Control Devices." Utilizing the services of a traffic control company to handle lane closures is encouraged. A couple of traffic control companies used in the Austin area are, Action Barricade Co. 512- 836 -0808 and United Rentals 512- 990 -9525 refer to the yellow pages for others. Lane closures will only be allowed between the hours of 9:00A.M. & 4:00 P.M. Monday thru Friday, 48 -hour notification prior to set up is required. Please get with the TxDOT contact person shown on your approved permit letter. No lane closures will be allowed if pavement is wet or icy. (1) Texas Department of Transportation SPECIAL REQUIREMENTS FOR INSTALLATION OF UTILITIES WITHIN THE STATE RIGHT OF WAY Austin, TX District 14 (4) Working in Inclement Weather When construction equipment has contact with the surface of the road, it will be the responsibility of the contractor, and or their utility company, performing the work to keep the roadway free and clear of mud and debris, at all times. No work will be allowed in wet weather or while it's raining. The only exception to this would be a utility emergency. Revised June 2002 Page 1 of 10 (5) Coordination of Work with Highway Contractor or State Forces If any portion of the related highway is under construction, no utility company or their contractors will perform any work without first contacting and consulting with the Highway Departments contractor. It in regards to starting the permited work to making the necessary arrangements with coordinating his installation of facilities within the limits of the highway constriction project. ( All work relative to installation of utility owner's facilities shall be conducted in such manner as not to interfere in any way with operations of the highway contractor. The above requirements with respect to coordination of work with highway contractors shall likewise apply to work being done by state forces. (6) Changes in Location of Proposed Utilities Once a permit is approved no changes shall be made with the assignment (location) of the utilities within the right -of -way, without prior authorization from TxDOT. When field changes are needed (and approved by TxDOT) as- builts will be required from utility company or Engineering firm. Adjustment of Utility Poles and Appurtenances No deviations shall be made from the location of underground lines approved or designated by TxDOT either during planning or construction to avoid utility poles. Where such poles are adjacent to any proposed underground line, utility owner shall make necessary arrangements with other utility owners for moving poles and appurtenances and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground line shall be moved toward the highway right -of -way line and location shall be subject to TxDOT approval. (8) Submission of Project Drawings to State Prints of detailed drawings showing exact plan location and profile of underground lines shall be submitted to TxDOT well in advance of construction of line, for verification that location of line is in accordance with requirements specified herein. (9) Staking of Utility Lines in Advance of Construction Utility lines shall be staked well in advance of construction of line so that TxDOT can inspect staking to verify that alignment conforms to requirements set out herein and that there is no conflict with highway facilities. Utility owner shall give TxDOT no less than 48 hours notice ahead of time when staking of line will be completed. Revised June 2002 page 2 of 10 (10) Notification of Abandonment of Location Authorized by Permit and Assignment of Authorized Location of other Utility Owners It is expected that where the installation of utility line has been authorized, such installation will be made within a reasonable period after approval of permit, otherwise, TxDOT reserves the right to assign the location originally approved for the line to another utility. If construction of Utility line has not been started within 4 months after date of approval, the utility owners shall immediately notify TxDOT whether it is still intended to install the line and the date construction will commence. If the owner intends to abandon all or any part of the authorized location, TxDOT shall be informed accordingly so that such abandoned location may be assigned to other utilities if deemed necessary by TxDOT. (11) Inspection by TxDOT Representatives Utility owners shall inform their forces or contractors that all utility installations authorized by utility agreement or permit shall be subject to such inspection and tests as may be deemed necessary by TxDOT to verify that work is being done in accordance with TxDOT requirements. All supervisory personnel shall be instructed to furnish such information and cooperation as may be required to perform such inspection. (12) Copy of Permit at Job Site A copy of the approved permit shall be kept on the site of the work at all times when work is in progress. If the contractor doesn't have a copy of the approved permit he will be told to leave the work site, by any TxDOT employee. (13) Full -time Supervision and Inspection The utility owner shall provide competent full -time on -the -site supervisors or inspectors for all utility installations either authorized by permit or covered by utility agreement with TxDOT. (14) Incorrect Location of Utilities Any pipe incorrectly located during construction to conflict with any highway structure shall be removed and laid in proper location at the entire expense of utility owner. TxDOT assumes no responsibility for conflicts with other pipe lines or utility lines. Texas One Call at 512- 467 -2850 should always be called to locate lines prior to construction work. (15) Protection of Highway Facilities during Installation of Line All Construction operations relative to installation of the pipeline shall be conducted to such manner as to protect highway facilities from damage at all times. If utility construction requires the removal of any TxDOT signs the contractor will need to notify TxDOT prior to removal and the contractor will be responsible for replacing the signs according to TxDOT standards. Revised June 2002 Page 3 of 10 (16) Disposal of excess Excavation and Clean Up Excess material from trench excavation shall be removed from highway right -of -way and job site cleaned up and left in satisfactory condition. (17) Repair and Replacement of Riprap and Earth Slopes Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain no less than 3 sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. Slopes of highway cuts, embankments, and right -of -way damaged by any operations relating to installation of utility shall be repaired and restored to the exact contour existing prior to initiation of the utility project. All earth placed in the restoration of slopes, etc., shall be compacted to a density equal to or greater than that of the original slope as directed by TxDOT. (18) Replacement of Base and Pavements Where removal of base and pavement has been authorized, all such base and pavement shall be replaced as directed by TxDOT. All existing pavement and related flexible or concrete base, which is to remain in service either permanently or temporarily, or to be incorporated as a part of the highway project, shall be replaced. (19) Revegetation The permit holder is solely responsible for revegetation of all areas damaged by utility construction. Damaged areas on which utility construction has ceased temporarily or permanently shall be revegetated within 14 days unless construction is scheduled to resume within 21 days. The utility owner will be held liable and responsible for such areas until growth is reestablished to the satisfaction of an authorized representative of TxDOT. TxDOT reserves the right to require additional revegetation measures deemed necessary at any time after utility instillation has begun until the TxDOT has accepted the erosion control measures and revegetation measures of the utility owner. Revegetation practices will consist of one or more of the following applications. Prior to revegetation, the damaged area shall be restored to its original lines, grades and contours. Ditches shall be restored to their original contours and water carrying capacity. The area shall be smooth and free of ruts and other depressions. If, as a result of rain, the prepared seedbed becomes crusted or eroded or if any eroded places, ruts or depressions exist for any reason, the soil and seedbed shall be reworked until it is smooth and ready for revegetation When required by TxDOT, the addition of topsoil may be necessary prior to revegetation. TxDOT specification ITEM 160, FURNISHING AND PLACING TOPSOIL shall govern this work. Compost, TxDOT specification ITEM 1027, FURNISHING & ACING COMPOST, may be used as a topsoil amendment. Revised June 2002 page 4 of 10 When required by TxDOT all areas to be seeded shall be cultivated to a depth of at least four (4) inches. The soil for the seedbed shall be cultivated sufficiently to reduce the soil to a state of good tilth where the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered too deeply for optimum germination. Cultivation of the seedbed will not be required in loose sand where the sand depth is four (4) inches or more. The original lines, grades and contours shall be maintained throughout the process of cultivation. Any necessary reshaping shall be done prior to any planting of seed. All damaged areas shall be fertilized prior to revegetation. A complete fertilizer which contains some percentage of Nitrogen (N), Phosphoric Acid (P), and Potash (K) nutrients with no less than 50% of the total Nitrogen (N) being a slow release formulation shall be used. Fertilizer will be in an acceptable condition for distribution in bags or containers labeled with the analysis. The fertilizer is subject to testing by the Texas A & M Feed and Fertilizer Control Service in accordance with the Texas Fertilizer Law. The fertilizer shall be applied uniformly at the bulk rate to equal 100 pounds of Nitrogen (N) per acre. Fertilizer may be distributed at the same time as the seeding is done, provided the seed and fertilizer is uniformly distributed at the specified rates. When necessary, water shall be provided to promote growth of vegetation. Only water that is clean and free of substances harmful to the growth of vegetation shall be used. Use watering equipment, which will insure the uniform distribution and controlled application of water rates. Apply Y. inch of water per acre every two weeks for a three -month period or longer if necessary for vegetation establishment. Sodding for erosion control. Use bermudagrass or buffalograss sod with a healthy, virile root system and dense matted roots, which are a minimum of one inch thick throughout the sod soil profile. Care shall be taken to retain the native soil on the roots of the sod. Other grass species of sod may be used where it is deemed necessary and appropriate by TxDOT. Sod is not acceptable where the grass is thinned out, or where its ability to grow has been damaged because the grass roots have dried out from exposure to the air and sun. Block sod shall be free from noxious weeds, Johnson grass, other grasses or any matter deleterious the growth and subsistence of the sod. Sod material shall be kept moist from the time it is dug until it is planted. After placing the block sod, when sufficiently dry, the sodded area shall be rolled or tamped to form a thoroughly compacted, solid mat. Any voids left in the block sodding shall be filled with soil and tamped. Block sod that may slide due to the height and slope of the surface must be held firmly in placed with wooden pegs, or other TxDOT approved methods. Seeding for erosion control. All seed must meet the requirements of the Texas Seed Law including the labeling requirements for showing pure live seed (PLS = purity x germination), name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shall be within nine months of the time of use on the project. Revised June 2002 page 5 of 10 Green Sprangletop Van Hom 0.6 0.9 Common Bermudagrass Common Cimarron 1.2 Indiangrass Buffalograss Texoka Buffalograss 8.0 5.3 Sideoats Grama Haskell ^ ^T ^^ 2.8 Green Sprangletop Van Horn 0.6 Bermudagrass Common 0.8 Little Bluestein Cimarron 1.1 Indiangrass Lometa 1.5 Buffalograss Texoka 5.3 Sideoats Grama Haskell 1.8 .. r, Twerp Trr Tiv RAN AREA SF.F.DING MIXTURE A sample of each variety of seed shall be furnished for analysis and testing when requested by TxDOT. Buffalograss shall be treated with a dormancy method approved by TxDOT. All grass should be ordered by the PLS pound at the PLS rate per acre shown above. To determine the total number of PLS pounds of each grass seed needed, calculate the number of acres to be seeded and multiply it by the number of PLS pounds planting rate per acre. The actual number of pounds of each grass seed will be more than the PLS pounds due to the impure seed present, inert matter, other seed, etc. The specified seed can be mixed together before planting in any of the seed mixes, provided each component is uniformly applied at the specified rate. A vendors statement of analysis, seed tags, must be submitted to TxDOT prior to planting. Drill seeding is the primary method of revegetation where possible. The TxDOT Rural and Urban Area Permanent Seeding Mixture is to be used year around. During the months of September 1st to February 1st, these mixtures are to be planted with the specified temporary cool season seed. The Temporary Cool Season Seed Mixture is to be planted during the months of September 1st to February 1st Special seeding specifications may be necessary when required by TxDOT. If required, the special seeding specifications mill be furnished separately by TxDOT. The species, varieties and planting dates and rates of seed are as follows: AUSTIN DISTRICT RURAL AREA PERMENANT SEEDING MIXTURE SPECIES IN VARIETY PLANTING RATE cocr� �,rrY'rt ruF LBS. PLS /AC. SPECIES IN SPECIES IN SEED MDZI URE Tall Fescue Revised June 2002 Pa4P 6 of 10 VARIETY VARIETY PLANTING RATE LBS. PLS /AC. AUSTIN DISTRI PLANTING RATE LBS. PLS /AC. Wheat Oats Red Winter Haskell 4.0 21.0 30.0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 For broadcast seeding, the seed shall be distributed over the damaged areas by hand, or mechanical methods. If the seed is distributed by hand, the seed shall be sown in two directions at right angles to each other. After planting, the area shall be rolled with a light corrugated drum roller or another type of roller approved by TxDOT. Rolling of sloped areas shall be along the contour of the slopes. For drill seeding, the seed shall be uniformly distributed over the damaged area utilizing a pasture or rangeland type seed drill. Seed shall be planted to a depth of Y to a maximum of 1/2 inch deep. All seed drilling shall be along the contour of the slope. After planting, the area shall be rolled with a roller integral to the seed drill, or a light corrugated drum roller or other TxDOT approved roller. All rolling of sloped areas shall be along the contour of the slopes. All broadcast seeding and drill seeding shall be covered with mulch. A straw or hay mulch of prairie grass, bermudagrass or other TxDOT approved hay may be used. The mulch shall be free of johnsongrass or other noxious weeds and foreign materials. The mulch shall be kept dry and not molded or rotted. The mulch shall be shall be uniformly distributed over the damaged area at the rate of 1.5 to 2.0 tons of hay mulch or 2.0 to 2.5 tons of straw mulch per acre. The mulch shall then be anchored in place by a TxDOT approved tacking agent or by crimping the mulch into the ground. For hydromulch seeding, the seed shall be uniformly distributed over the damaged areas. The seed must be applied to the area within 30 minutes after it is placed in the equipment. Immediately upon planting the seed, the seed shall be covered with cellulose or wood fiber mulch. The mulch shall be designed for use in a hydromulch machine. The mulch shall be capable of forming a strong, moisture- retaining mat. The mulch shall be kept dry until applied and shall not be molded or rotted. A hydromulch machine capable of ejecting the thoroughly wet mulch material at the rate specified to provide a uniform coverage must be used. The mulch shall be applied uniformly at the following minimum rates based on dry weight: lbs. / Ac. Sandy soils with 3:1 slope or less — 2,000 lbs. /ac. lbs. / Ac. Sandy soils, greater than 3:1 slope — 2,300 lbs. /ac. lbs. / Ac. Clay soils with 3:1 slope or less — 2,500 lbs. /ac. Clay soils greater than 3:1 slopes — 3,000 lbsJac. (20) Installation of Lines Beneath Pavements No open cuts for pipe trenches shall be made across any pavement beneath main highway traffic lanes or turning lanes, acceleration lanes, deceleration lanes and other similar facilities unless specifically authorized by TxDOT. Pipe shall be installed by boring and tunneling and boring shall be cased and pressure grouted to seal voids between casing and adjacent earth. No open cuts will be allowed across any concrete or asphalt surfaces without written permission from TxDOT. Revised June 2002 Page 7 of 10 (21) Casing of Lines Utility Imes carrying liquids or gases under pressure may be installed uncased in accordance with the TxDOT Utility Accommodation Policy. Water line crossing beneath culverts shall be cased and casing shall project 5' beyond outside limits of culvert. Voids and casing placed by tunneling or boring shall be pressure grouted. (22) Protection of Highway Traffic, Barricades, Warning Signs, Etc. No construction operations relative to installations of utilities will be permitted within the limits of existing pavements carrying traffic, or shoulders adjacent thereto, unless specifically authorized by TxDOT. Excavated materials shall be kept off pavement at all times. The utility owner or contractor shall provide warning signs, barricades, flagmen and peace officers when necessary. All the above shall be accordance with the Manual of Uniform Traffic Control Devices. TxDOT encourages the use of traffic control companies to handle Lane closures. (23) Protection of Existing Utilities Prior to selecting a location for a proposed installation or accepting a location suggested by TxDOT for such installation, the Utility Company shall take all necessary steps to determine that the location is not already occupied by another utility and to determine that no damage will be done to existing utilities. Prior to beginning actual construction operations, the utility company shall notify all other utility companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. (24) Use of Plastic Pipe and Nonmetallic Pipe Where nonmetallic pipe is installed longitudinally, a metal wire shall be concurrently installed or other means shall be provided for detection purposes. (25) Above Ground Appurtenances to Underground Utilities Above ground installation, such as pedestals, fire hydrants, meters, etc., installed as a part of an underground utility shall be located within 18" of the right -of -way, well outside the highway maintenance operation area. (26) Markers The utility company shall place a readily identifiable and suitable markers along the right- of -way identifying the location of utilities running parallel to the right -of -way and markers at locations for highway crossings except where marked by a vent. Revised June 2002 Page A of 10 (27) Erosion Control The permit holder is solely responsible for the control of any eroding materials that are the result of the construction of the utility for which the permit was issued. Temporary Erosion Control The control of erosion on slopes and other damaged areas such as ditches, etc., may require the use of specialized erosion control products. A soil retention blanket is required on all slopes 3:1 or greater. Only specialized erosion control products, prequalified by the Director of Maintenance, may be used. A current list of prequalified'material may be obtained by writing to the Maintenance Division, Vegetation Management Section, 125 E. 1 1th Street, Austin, Texas 78701 -2483 or on the intemet website Qa www.dot.state.texas.us under Business/Material Information/Field Performance of Erosion Control Products. The following classes and types of erosion control products shall be used as follows: A. Class 1. "Slope Protection" 1. Type A. Slopes 3:1 or flatter — clay soils 2. Type B. Slopes 3:1 or flatter — sandy soils 3. Type C. Slopes steeper than 3:1 — clay soils 4. Type D. Slopes steeper than 3:1 — sandy soils B. Class 2. "Flexible Channel Liners" 1. Type E Short-term (Up to two years) Shear Stress (td) <1.0 Ib. /sq.ft. 2. Type F. Short-term (Up to two Years) Shear Stress (td) 1.0 to 2.0 lb. /sq.ft. 3. Type G. Long -term (Longer than two years) Shear Stress (td) 2.0 to 5.01b. /sq.ft. 4. Type H. Long -term (Longer than two years) Shear Stress (td) >5.0 lb. /sq.ft. Soil retention blankets, shall be installed within 24 hours after the seeding operations have been completed. Rocks or clods over 1 -1/2 inches in diameter and all sticks or other foreign material, which prevents the close contact of the blanket with the soil, shall be removed prior to installing the soil retention blanket. The area shall be smooth and free of ruts and other depressions. Soil retention blankets shall be installed and anchored according to the manufacturer's literature and installation recommendations for the selected material. Geofab silt fence, TxDOT specification ITEM 5009, TEMPORARY SEDIMENT CONTROL FENCE, or a comparable product approved by TxDOT, shall be used and installed according to Item 5009 to control erosion from damaged areas. Silt fence shall be installed on areas surrounding spoil sites, fill piles and excavated areas to control runoff or siltation of materials into surrounding areas. All erosion and sediment controls will be maintained in good working order. If a repair is necessary, it will be done at the earliest date possible, but no later than 7 calendar days after the surrounding exposed ground has dried sufficiently to prevent further damage for equipment. Revised June 2002 PagP 9 of 10 The areas adjacent to creeks and drainageways shall have priority for repairs, followed by devices protecting storm sewer inlets. When the accumulated sediment deposit reaches a depth of approximately 6 inches, it shall be removed and disposed of in a manner that will not contribute to additional siltation. If the structure ceases to function as intended, the TxDOT may direct that the fence or portions thereof be replaced. Permanent Erosion Control Whenever an underground utility crosses the centerline of a drainage channel or enters the flow line of a drainage channel, or a concrete cap or comparable permanent protection approved by TxDOT shall be required. Until TxDOT has accepted the erosion control and revegetation measures of the utility owner, TxDOT reserves the right to require any additional erosion control measures, such as rock berms or 3" X 5" rock riprap, at any time after construction has begun. (28) General Provision TxDOT will not be responsible for damage to this line by maintenance or construction machinery. (29) Protection of Trees within Highway Right -of -Way All construction operations relative to installation of utilities shall be conducted in such manner as to protect trees from damage at all times. The location of trees shall be noted on plans submitted with permit request. Utilities placed within the dripline of desirable trees shall be bored or hand dug to prevent root damage and of trees. Tree trimming shall be in accordance with accepted pruning practices set forth by the National Arborist Association in the current edition of "Pruning Standards for Shade Trees ", and any special tree pruning practices required by TxDOT. Proper pruning practices shall be undertaken to prevent the occurrence and spread of oak wilt. All pruning tools shall be disinfected with Lysol, a 70% denatured alcohol solution, or a 10 % bleach solution before and after pruning. Pruning wounds shall be promptly covered with a spray on wound dressing, pruning paint or lacquer based spray paint. (30) Ornamental Landscape Plantings Within Highway Right -of -Way Ornamental landscape trees, shrubs and grass plants installed by TxDOT on TxDOT right -of -way that are damaged or destroyed during construction of the utility for which the permit was issued, shall be replaced by the Utility Owner, with like plant material, of comparable size and quality approved by TxDOT. Revised June 2002 Pie 10 of 10 EXHIBIT D Williamson County • Formal notice is hereby given that APPROVAL UTILITY LINE ON WILLIAMSON COUNTY RIGHT -OF -WAY TO: Williamson County Unified Road System 3151 S. E. Inner Loop, Suite B Georgetown, Texas 78626 City of Round Rock Company proposes to place a 48 —inch Diameter Potable Water Line Line within the right -of -way of County Road 116 as follows: (give location. length, general design, etc.) LOCATION: Within the Right of Way of County Road 1I6 as shown in the attached location map labeled 00O2 and the attached plan and profile sheet labeled 1C06. LENGTH: The total length of 48 -inch diameter water line installed within the RO.W. is approximately 25 linear feet. The water line will be fully encased for a total length of approximately $D linear feet. DESIGN: The pipeline material will be steel or ductile iron (Owner's option) with a maximum working pressure of 200 psi. The 60 -inch diameter steel casing pipe is to be installed by open trenching per the attached Sheet 2C01. A minimum wall thickness of 0.50 inch is required for the casing pipe as shown in the attached Specification. The line will be constructed and maintained on the road right -of -way as directed by the Williamson County Unified Road System in accordance with governing laws. Our firm further understands that the County considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Traffic Control Devices required for adoption by the "Transportation Code" (V_C.TA. CH.251) The location and description of the proposed line and appurtenances is more fully shown by 1 conies of drawings attached to this notice. Construction of this line is proposed to begin on or after the 1st day of October 2002 . This application is hereby approved subject to the following understandings and restrictions. DATE: COON ROAD IINIZTR NOTICE OF PROPOSED INSTALLATION DATE: 7/12/02 Don Rundell, P.E. Printed Name Address: It is expressly understood that the said County Commissioners' Cburt does not imply hereby to grant-any right, claim, title ar easement in or upon this County Road; and it is further understood that in the future, should Williamson County, for any reason, need to work, improve, relocate, widen, increase, add to, decrease, or in any manner change the structure of this road or right -of -way, this line, if affected, will be moved at the direction of the Williamson County Engineer or County Commissioner. Fax: (512) 218 -5563 This installation work shall not damage any part of the "elf. f roadway and adequate provisions shall be made to cause a minimum of inconvenience to traffic and adjacent property owners. APPROVED BY WILLIAMSON COUNTY COMMISSIONERS' COURT BY: 2008 Enterprise Drive Round Rock, TX 78664 Phone: (512) 218 -5555 7 15/0 oZ Xt� ce)-0& 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00F02 2 3 5 1.1 SUMMARY SECTION 01340 SUBMITTALS 6 A. Section Includes: 7 1. Mechanics and administration of the submittal process for: 8 a. Shop drawings. 9 b. Samples. 10 c. Miscellaneous submittals. 11 d. Operation and maintenance manuals. 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Contracts and Conditions. 14 2. Division 1 - General Requirements. 15 3. Sections in Divisions 2 through 16 identifying required submittals. 16 1.2 DEFINITIONS 17 A. Shop Drawings: 18 1. See General Conditions. 19 2. Product data and samples are Shop Drawing information. 20 B. Miscellaneous Submittals: 21 1. Submittals other than Shop Drawings: 22 2. Representative types of miscellaneous submittal items include but are not limited to: 23 a. Construction schedule. 24 b. Cost breakdown (Schedule of Values). 25 c. Traffic control plan. 26 d. Storm water control plan. 27 e. Concrete, soil compaction, and pressure test reports. 28 f. Installed equipment and systems performance test reports. 29 g. Manufacturer's installation certification letters. 30 h. Instrumentation and control commissioning reports. 31 i. Warranties. 32 j. Service agreements. 33 k. Construction photographs. 34 1. Survey data. 35 1.3 TRANSMITTALS 36 A. Shop Drawings, Samples and Operation and Maintenance Manuals: 37 1. Transmit all submittals to: 38 39 HDR Engineering, Inc. 40 2211 S. DI-35, Ste. 300 41 Austin, Texas 78741 42 Attn: Jason Jones 43 44 2. Utilize two copies of attached Exhibit "A" to transmit all shop drawings and samples. 45 3. Utilize two copies of attached Exhibit "B" to transmit all Operation and Maintenance 46 Manuals. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01340 - 1 1 4. All transmittals must be from Contractor and bear his approval stamp. Transmittals will not 2 be received from or retumed to subcontractors. 3 a. Shop drawing transmittal stamp shall read "(Contractor's Name) has satisfied 4 Contractors obligations under the Contract Documents with respect to Contractor's 5 review and approval as stipulated under General Conditions Paragraph 2.12". 6 b. Operation and Maintenance Manual transmittal stamp may be Contractors standard 7 approval stamp. 8 5. Provide submittal information defining specific equipment model or materials to be utilized 9 on the project. Generalized product information not clearly defining specific equipment or 10 materials to be provided will be rejected. 11 6. Calculations required in individual specification sections will be received for information 12 purposes only and will be returned stamped "E. Engineers Review Not Required" to 13 acknowledge receipt. 14 7. Submittal schedule: 15 a. Schedule of shop drawings: 16 1) Submitted and approved within 14 days of receipt of Notice to Proceed. 17 2) Account for multiple transmittals under any specification section where partial 18 submittals will be transmitted. 19 b. Shop drawings: 20 1) All shop drawings must be approved prior to 50% completion of construction, 21 based on Contract time. 22 c. Operation and Maintenance Manuals and Equipment Record Sheets: 23 1) Initial submittals within 60 days after date shop drawings are approved. 24 B. Miscellaneous Submittals: 25 1. Transmit under Contractors standard letter of transmittal or letterhead. 26 2. Submit in triplicate or as specified in individual specification section. 27 3. Transmit to: 28 29 HDR Engineering, Inc. 30 2211 S. 111 -35, Ste. 300 31 Austin, Texas 78741 32 Attn: Jason Jones 33 34 4. Provide courtesy copy of letter of transmittal to Owners Project Representative. 35 1.4 PREPARATION OF SUBMITTALS 36 A. Shop Drawings: 37 1. Scope of any letter of transmittal: 38 a. Limited to one Specification Section. 39 b. Do not submit under any Specification Section entitled (in part) "Basic Requirements ". 40 2. Numbering letter of transmittal: 41 a. Indicate on the transmittal form both the specification section that the information is 42 being submitted for and the number of the submittal for that section. 43 b. If more than one submittal under any specification section, number transmittals 44 consecutively. 45 3. Describing transmittal contents: 46 a. Provide listing of each component or item in submittal capable of receiving an 47 independent review action. 48 b. Identify for each item: 49 1) Manufacturer and Manufacturers drawing or data number. 50 2) Contract Document tag number(s). 51 4. Resubmittals: 52 a. Number with original root number and a suffix letter starting with "A" on a (new) 53 duplicate transmittal form. 54 b. Do not increase the scope of any prior transmittal. __.:... . v City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 01340 - 2 1 1 1 1 2 3 4 5 ' 6 7 8 ' 9 10 1 1 12 ' 13 14 15 16 ' 17 18 19 ' 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 ' 52 53 54 1 1 c. Account for all components of prior transmittal. 1) If items in prior transmittal received "A" or "B" Action code, list them and indicate "A" or "B" as appropriate. a) Do not include submittal information for items with prior "A" or "B" Action in transmittal. 2) Indicate "Outstanding -To Be Resubmitted At a Later Date" for any prior "C" or "D" Action item not included in resubmittal. a) Obtain Engineer's prior approval to exclude items. 5. Provide four copies of each submittal for Engineer plus the number required by the Contractor. The number of copies required by the Contractor will be defined at the Preconstruction Conference, but shall not exceed four. 6. When necessary to provide large size sheet submittals, fold submittals such that they may be easily stored in a legal style folder. 7. Provide clear space (3 IN SQ) for Engineer stamping of each component defined in transmittal. 8. Contractor shall not use red color for marks on transmittals. Duplicate all marks on all copies transmitted, and ensure marks are photocopy reproducible. Outline Contractor marks on reproducible transparencies with a rectangular box. 9. Transmittal contents: a. Coordinate and identify shop drawing contents so that all items can be easily verified by the Engineer. Clearly indicate with arrows, highlight, etc. which materials or models are to be provided. b. Identify equipment or material use, tag number, drawing detail reference, weight, and other project specific information. c. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. d. Submit items like equipment brochures, cuts of fixtures, product data sheets or catalog sheets on 8 -1/2 x 11 IN pages Indicate exact item or model and all options proposed. e. Include legible scale details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, parts catalogs, rough -in diagrams, wiring diagrams, controls, weights and other pertinent data. Arrange data and performance information in format similar to that provided in Contract Documents. Provide, at minimum, the detail provided in the Contract Documents. f. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. B. Samples: 1. Identification: a. Identify sample as to transmittal number, manufacturer, item, use, type, project designation, tag number, Standard Specification section or drawing detail reference, color, range, texture, finish and other pertinent data. b. If identifying information cannot be marked directly on sample without defacing or adversely altering samples, provide a durable tag with identifying information securely attached to the sample. _ 2. Include application specific brochures, and installation instructions. 3. Provide Contractor's stamp of approval on samples or transmittal form as indication of Contractor's checking and verification of dimensions and coordination with interrelated work. 4. Resubmit samples of rejected items. C. Operation and Maintenance Manuals: 1. Number transmittals for Operation and Maintenance Manual with original root number of the approved shop drawing for the item. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 01340 - 3 1 2. Submit two copies until approval is received. 2 3. Identify resubmittals with the original number plus a suffix letter starting with "A." 3 4. Submit Operation and Maintenance Manuals printed on 8 -1/2 x 11 IN size heavy first 4 quality paper with standard three -hole punching and bound in stiff metal hinged binder 5 constructed as a three -ring style. Provide binders with titles on front and on spine of binder. 6 Tab each section of manuals for easy reference with plastic- coated dividers. Provide index 7 for each manual. Provide plastic sheet lifters prior to first page and following last page. 8 5. Reduce drawings or diagrams bound in manuals to an 8 -1/2 x 11 IN or 11 x 17 IN size. 9 However, where reduction is not practical to ensure readability, fold larger drawings 10 separately and place in vinyl envelopes which are bound into the binder. Identify vinyl 11 envelopes with drawing numbers. 12 6. Transmittal Content: 13 a. Submission of Operation and Maintenance Manuals is applicable but not necessarily 14 limited to: 15 1) Equipment listed in the following specification sections: 16 a) Section 15101— Gate Valves. 17 b) Section 15103 — Butterfly Valves. 18 c) Section 15114 — Miscellaneous Valves. 19 b. Operation and maintenance manuals shall include, but not necessarily be limited to, the 20 following detailed information, as applicable: 21 1) Equipment function, normal operating characteristics, limiting operations. 22 2) Assembly, disassembly, installation, alignment, adjustment, and checking 23 instructions. 24 3) Operating instructions for start-up, routine and normal operation, regulation and 25 control, shutdown, and emergency conditions. 26 4) Lubrication and maintenance instructions. 27 5) Guide to "troubleshooting." 28 6) Parts list and predicted life of parts subject to wear. 29 7) Outline, cross - section, and assembly drawings; engineering data; and electrical 30 diagrams, including elementary diagrams, wiring diagrams, connection diagrams, 31 word description of wiring diagrams and interconnection diagrams. 32 8) Test data and performance curves. 33 9) A list of recommended spare parts with a price list and a list of spare parts 34 provided under these specifications. 35 10) Copies of installation instructions, parts lists or other documents packed with 36 - equipment when delivered. 37 11) Instrumentation or tag numbers relating the equipment back to the Contract 38 Documents. 39 12) Include a filled -out copy of the Equipment Record Sheet, Exhibits Cl and C2 as 40 the first page(s) of each Operation and Maintenance Manual. Complete 41 maintenance requirements in detail. Simple reference to the Manual is not 42 acceptable. 43 13) For equipment items involving components or subunits, an Equipment Record 44 Sheet for each operating component or subunit is required 45 1.5 ENGINEER'S REVIEW ACTION 46 A. Shop Drawings and Samples: 47 1. Items within transmittals will be reviewed for overall design intent and will receive one of 48 the following actions: 49 a A - FURNISH AS SUBMITTED. 50 b. B - FURNISH AS NOTED (BY ENGINEER). 51 c. C - REVISE AND RESUBMIT. 52 d. D - REJECTED. 53 e. E - ENGINEER'S REVIEW NOT REQUIRED. City of Round Rock - East Transmission Line - Phase] 48 -inch Barton Hill Transmission Line - August 2002 01340 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Transmittals received will be initially reviewed to ascertain inclusion of Contractor's 2 approval stamp. Drawings not stamped by the Contractor or stamped with a stamp 3 containing language other than that specified in Paragraph 1.3- A.4.a., will not be reviewed 4 for technical content and will be returned without any action. 5 3. Transmittals returned with Action "A" or "B" are considered ready for fabrication and 6 installation. If for any reason a transmittal that has an "A" or "B" Action is resubmitted, it 7 must be accompanied by a letter defining the changes that have been made and the reason 8 for the resubmittal. Destroy or conspicuously mark "SUPERSEDED" all documents having 9 previously received "A" or "B" Action that are superseded by a resubmittal. 10 4. Transmittals with Action "A" or "B" combined with Action 'C" (Revise and Resubmit) or 11 "D" (Rejected) will be individually analyzed giving consideration as follows: 12 a. The portion of the transmittal given "C" or "D" will not be distributed (unless 13 previously agreed to otherwise at the Preconstruction Conference). One copy or the 14 one transparency of the "C" or "D" drawings will be marked up and returned to the 15 Contractor. Correct and resubmit items so marked. 16 b. Items marked "A" or "B" will be fully distributed. 17 c. If a portion of the items or system proposed are acceptable, however, the major part of 18 the individual drawings or documents are incomplete or require revision, the entire 19 submittal may be given "C" or "D" Action. This is at the sole discretion of the 20 Engineer. In this case, some drawings may contain relatively few or no comments or 21 the statement, "Resubmit to maintain a complete package." Distribution to the Owner 22 and field will not be made (unless previously agreed to otherwise). 23 5. Failure to include any specific information specified under the submittal paragraphs of the 24 specifications will result in the transmittal being retumed to the Contractor with "C" or "D" 25 Action_ 26 6. Transmittals such as submittals which the Engineer considers as "Not Required," submittal 27 information which is supplemental to but not essential to prior submitted information, or 28 items of information in a transmittal which have been reviewed and received "A" or "B" 29 Action in a prior transmittal, will be returned with Action "E. Engineer's Review Not 30 Required." 31 7. Samples may be retained for comparison purposes. Remove samples when directed. Include 32 in bid all costs of furnishing and removing samples. 33 8. Approved samples submitted or constructed, constitute criteria for judging completed work. 34 Finished work or items not equal to samples will be rejected. 35 B. Operation and Maintenance Manuals: 36 1. Engineer will review and indicate one of the following review actions: 37 a. ACCEPTABLE. 38 b. FURNISH AS NOTED. 39 c. REVISE AND RESUBMIT. 40 d. REJECTED. 41 2. Acceptable submittals will be retained with the transmittal form retumed with a request for 42 five additional copies. 43 3. Deficient submittals will be returned along with the transmittal form, which will be marked 44 to indicate deficient areas. 45 46 END OF SECTION City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 01340 -5 Project Name: Date Received: Project Owner: Checked By: Contractor: HOR Engineering, Inc. Log Page: Address: Attn: Address: Attn: HOR No.: 1s1. Sub. Re 00b. I I - Date Transmitted: Previous Transmittal Date: No. Copies Description Manufacturer Dwg. or Data No. Action Taken' 1 1 hUA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Remarks: The Action Designated Above is in Accordance with the Following Legend: A - Furnish as Submitted Comments: E - Engineer's review not required 1. Submittal not required. C Revise and Submit 2. Supplemental Information. Submittal retained for 1. Not enough information for review. informational purposes only. 2. No reproducibles submitted. 3. Information reviewed and approved on prior 3. Copies illegible. submittal. 4. Not enough copies submitted. 4. See comments. B - Furnish as Noted 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec. section. B. Wrong form used. 9. See comments. EXHIBIT A Shop Drawing Transmittal No. — (Trans. No.) (Section) D - Rejected By Date Distribution: Contractor U File U Field U Owner u Other U FORM 111- 2020 -2 (Version L010090) Copyright 1991 HDR Engineering. Me. Task 2020 111 -2020-2 Project Name: Date Received: Project Owner: Checked By: Contractor: Owner: Log Page: Address: Altn: Address: Attn: MDR No.: 1st. Sub. 1 1 ReSub. Date Transmitted: Previous Transmittal Date: No. Copies Description of Item Manufacturer Dwg. or Data No. Action Taken' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Remarks: To: • The Action Designated Above is in Accordance with the Following Legend: A - Acceptable, Provide five additional Copies Comments: B - Furnish as Noted C - Revise and Resubmit This Operation and Maintenance Manual Submittal is deficient in the following area: 1. Equipment record sheets. 2. Functional description. 3. Assembly, disassembly, installation, alignment, adjustment & checkout instructions. 4. Operating instructions. EXHIBIT B O &M Manual Transmittal No. (Trans. No.) (Section) FORM II] -20343 (Sersion 1.0 Jun 90) Copyright 1991 HDR Engineering, Inc. From: HDR Engineering, Inc. Date: 5. Lubrication & maintenance instructions. 6. Troubleshooting guide. 7. Parts list and ordering instructions. 8. Organization (index and tabbing). 9. Wiring diagrams & schematics specific to installation. 10. Outline, cross section & assembly diagrams. 11. Test data & performance curves. 12. Tag or equipment identification numbers. 13. Other - see comments. D - Rejected By ( Date Distribution: Contractor u File u Field u Owner u Other u Task 2030 111- 2030.3 Project Name Page of Equip. Description Date Installed Date Started Equip. Location Cost Estimated Life Project Equip. Tag No. Shop Dwg. Trans. No. Spec. Sac. Equip. Manuf. Manuf. Address Phone Local Vendor Vendor Address Phone BREAK -IN MAINTENANCE REQUIREMENTS (INITIAL OIL CHANGES. ETC.) D W M Q S A fours PREVENTIVE MAINTENANCE REQUIREMENTS D W M O S A Hours RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA Pert No. Part Name Quantity Equip. Make Serial No. ID No. Model No. Frame No. HP V. Amp. H2 PH RPM SF Duty Code Ins. Cl. Des. Type Nema 0 Amb. Temp. Rise Rating Misc. MECHANICAL NAMEPLATE DATA Equip. Make Serial No. ID No. Model No. Frame No. HP RPM Cap. Size TOH mp. Sz. Des. CFM PSI Assy. No. Case No. Mido. Lubricant information an following page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 FORM IU -20364 (Version 1.0 Jun 90) Copyright 1991 HDR Engineering, Inc. EXHIBIT Cl Equipment Record Page1012 Equipment Maintenance Data Summary Task 2030 111 -20304 Equipment Description I Project Equip. Tag No Page of Lubricant Point SAE# Lubr Manufacturer Product AGMA# SAE# ISO T^ I Lubr Manufacturer Product AGMA# SAE# ISO 150 T^ I ~ Lubr Manufacturer Product AGMA# SAE# 150 1 - I� Lubr Manufacturer Product AGMA# SAE# 150 1 - Lubr Manufacturer I Product AGMA# SAE# ISO 150 1 - I� Lubr Manufacturer Product AGMA# SAE# 150 V Lubr Manufacturer Product AGMA# SAE# ISO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 hD: 1 EXHIBIT C2 Equipment Record Page 2 of 2 Lubrication Summary FORM 111-2030-5 Oun 90) Copyright 1991 HDR Engineering. Ice. Task 2030 111 -2030-5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 94L07 2 SECTION 01560 3 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Addresses: 7 1. Minimizing the pollution of air, water, or land; control of noise, the disposal of solid waste 8 materials, and protection of deposits of historical or archaeological interest. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Contracts and Conditions. 11 2. Division 1 - General Requirements. 12 3. Section 02270 - Soil Erosion and Sediment Control. 13 1.2 SUBMITTALS 14 A. Shop Drawings: 15 1. See Section 01340. 16 2. Prior to the start of any construction activities submit: 17 a. A detailed proposal of all methods of control and preventive measures to be utilized for 18 environmental protection. 19 b. A drawing of the work area, haul routes, storage areas, access routes and current land 20 conditions including trees and vegetation. 21 c. Storm Water Pollution Prevention Plan (SWPPP) as required by NPDES General 22 Permit. Since Owner and Engineer do not control construction means, methods, or 23 practices, Owner will receive this submittal from Contractor for record purposes. 24 Contractor is responsible for providing a SWPPP that is appropriate for the construction 25 methods selected and in compliance with NPDES regulations. 26 d. Copy of Notice of Intent (NOI) submitted by Contractor to regulatory authority. 27 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 28 PART 3 - EXECUTION 29 3.1 INSTALLATION 30 A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully 31 observe all pertinent local, state, and federal regulations. Contractor shall, as a minimum, utilize 32 erosion controls as shown on the drawings and specified in Section 02270. Contractor shall 33 select and provide any other controls as may be determined necessary as part of the SWPPP. 34 B. Land Protection: 35 1. Except for any work or storage area and access routes specifically assigned for the use of 36 the Contractor, the land areas outside the limits of construction shall be preserved in their 37 present condition. Contractor shall confine his construction activities to areas defined for 38 work within the Contract Documents. 39 2. Manage and control all borrow areas, work or storage areas, access routes and embankments 40 to prevent sediment from entering nearby water or land adjacent to the work site. 41 3. Restore all disturbed areas including borrow and haul areas and establish permanent type of 42 locally adaptable vegetative cover. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Dill Transmission Line - August 2002 01560 - 1 4. Unless earthwork is immediately paved or surfaced, protect all side slopes and backslopes 2 immediately upon completion of final grading. 3 5. Plan and execute earthwork in a manner to minimize duration of exposure of unprotected 4 soils. 5 6. Except for areas designated by the Contract Documents to be cleared and grubbed, the 6 Contractor shall not deface, injure or destroy trees and vegetation, nor remove, cut, or 7 disturb them without approval of the Engineer. Any damage caused by the Contractor's 8 equipment or operations shall be restored as nearly as possible to its original condition at the 9 Contractor's expense. 10 C. Erosion Protection: 11 1. See also Section 02270. 12 2. Utilize, as necessary, erosion control methods to protect slopes and minimize the discharge 13 of sediment to the surface water leaving the construction site as soon as rough grading is 14 complete. These controls shall be maintained until the site is ready for final grading and 15 landscaping or until they are no longer warranted and concurrence is received from the 16 Engineer. Physically retard the rate and volume of runon and runoff by: 17 a. Implementing structural practices such as diversion swales, terraces, straw bales, silt 18 fences, berms, storm drain inlet protection, rocked outlet protection, sediment traps and 19 temporary basins. 20 b. Implementing vegetative practices such as temporary seeding, permanent seeding, 21 mulching, sod stabilization, vegetative buffers, hydroseeding, anchored erosion control 22 blankets, sodding, vegetated swales or a combination of these methods. 23 c. Providing construction sites with graveled or rocked access entrance and exit drives and 24 parking areas to reduce the tracking of sediment onto public or private roads. 25 3. Discharges from the construction site shall not contain pollutants at concentrations that 26 produce objectionable films, colors, turbidity, deposits or noxious odors in the receiving 27 stream or waterway. 28 D. Solid Waste Disposal: 29 1. Collect solid waste on a daily basis. 30 2. Provide disposal of degradable solid waste to an approved solid waste disposal site. 31 3. Provide disposal of nondegradable solid waste to an approved solid waste disposal site or in 32 an alternate manner approved by Engineer and regulatory agencies. 33 4. No building materials wastes or unused building materials shall be buried, dumped, or 34 disposed of on the site. 35 E. Fuel and Chemical Handling: 36 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 37 2. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and insecticides 38 from entering drainage ways. 39 3. Do not allow water used in onsite material processing, concrete curing, cleanup, and other 40 waste waters to enter a drainage way(s) or stream. 41 4. The Contractor shall provide containment around fueling and chemical storage areas to 42 - ensure that spills in these areas do not reach waters of the state. 43 F. Control of Dust: 44 1. The control of dust shall mean that no construction activity shall take place without 45 applying all such reasonable measures as may be required to prevent particulate matter from 46 becoming airborne so that it remains visible beyond the limits of construction. Reasonable 47 measures may include frequent road cleaning, planting vegetative groundcover, application 48 of water or application of chemical dust suppressants. The use of chemical agents such as 49 calcium chloride must be approved by the Owner. 50 2. Utilize methods and practices of construction to eliminate dust in full observance of agency 51 regulations. 52 3. The Engineer will determine the effectiveness of the dust control program and may request 53 the Contractor to provide additional measures, at no additional cost to Owner. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01560 . 2 1 G. Burning: 2 1. Do not burn material on the site. 3 H. Control of Noise: 4 1. Control noise by fitting equipment with appropriate mufflers. 5 I. Completion of Work: 6 I. Upon completion of work, leave area in a clean, natural looking condition. 7 2. Ensure all signs of temporary construction and activities incidental to construction of 8 required permanent work are removed. 9 3. All environmental controls shall remain in place until revegetation has been reestablished to 10 the satisfaction of the Owner. Contractor shall then remove and dispose of all 11 environmental controls. 12 J. Historical Protection: 13 1. If during the course of construction, evidence of deposits of historical or archaeological 14 interests are found, cease work affecting find and shall notify the Owner. No further 15 disturbance of the deposits shall ensue until the Contractor has been notified by the Owner 16 that Contractor may proceed. 17 2. Compensation to the Contractor, if any, for lost time or changes in construction resulting 18 from the find, shall be determined in accordance with changed or extra work provisions of 19 the Contract Documents. 20 END OF SECTION 21 City of Round Rock - Past Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01560 - 3 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 92B17 2 SECTION 01600 3 PRODUCT DELIVERY, STORAGE, AND HANDLING 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Scheduling of product delivery. 8 2. Packaging of products for delivery. 9 3. Protection of products against damage from: 10 a. Handling. 11 b. Exposure to elements or harsh environments. 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 - Contracts and Conditions. 14 2. Division 1 - General Requirements. 15 C. Payment: 16 1. No payment will be made to Contractor for equipment or materials not properly stored and 17 protected or without approved shop drawings. 18 a. Previous payments for items will be deducted from subsequent progress estimate(s) if 19 proper storage procedures are not observed. 20 1.2 DELIVERY 21 A. Scheduling: 22 1. Schedule delivery of products or equipment as required to allow timely installation and to 23 avoid prolonged storage. 24 B. Packaging: 25 1. Deliver products or equipment in manufacturer's original unbroken cartons or other 26 containers designed and constructed to protect the contents from physical or environmental 27 damage. 28 C. Identification: 29 1. Clearly and fully mark and identify as to manufacturer, item, and installation location. 30 D. Protection and Handling: 31 1. Provide manufacturer's instructions for storage and handling. 32 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 33 PART 3 - EXECUTION 34 3.1 PROTECTION, STORAGE AND HANDLING 35 A. Manufacturer's Instruction: 36 1. Protect all products or equipment in accordance with manufacturer's written directions. 37 a. Store products or equipment in location to avoid physical damage to items while in 38 storage. 39 b. Handle products or equipment in accordance with manufacturer's recommendations and 40 instructions. 41 2. Protect equipment from exposure to elements and keep thoroughly dry. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01600 - 1 1 3.2 FIELD QUALITY CONTROL 2 A. Inspect Deliveries: 3 1. Inspect all products or equipment delivered to the site prior to unloading. Reject all 4 products or equipment that are damaged, used, or in any other way unsatisfactory for use on 5 Project. 6 B. Monitor Storage Area: 7 1. Monitor storage area to ensure suitable temperature and moisture conditions are maintained. 8 END OF SECTION 9 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line • August 2002 01600 -2 1 1 1 4 PART 1- GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 90E10 2 SECTION 01640 3 PRODUCT SUBSTITUTIONS 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedure for requesting substitution approval for a product which is specified by 8 descriptive or performance criteria or defined by reference to one or more of the following: 9 a. Name of manufacturer. 10 b. Name of vendor. 11 c. Trade name. 12 d. Catalog number. 13 2. This Section does not address substitutions for major equipment specified. 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Contracts and Conditions. 16 2. Division 1 - General Requirements. 17 C. Requests for Substitution - General: 18 1. Base all bids on materials, equipment, and procedures specified. 19 2. Certain types of equipment and kinds of material are described in specifications by means of 20 references to names of manufacturers and vendors, trade names, or catalog numbers. When 21 this method of specifying is used, it is not intended to exclude from consideration other 22 products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, 23 provided said products are capable of accomplishing the same tasks as the products 24 specifically indicated 25 3. Other types of equipment and kinds of material may be acceptable. 26 1.2 QUALITY ASSURANCE 27 A. In making request for substitution or in using an approved product, Contractor represents: 28 1. He has investigated proposed product, and has determined that it is adequate or superior in 29 all respects to that specified, and that it will perform function for which it is intended. 30 2. He will provide same guarantee for substitute item as for product specified. 31 3. He will coordinate installation of accepted substitution into work, to include building 32 modifications if necessary, making such changes as may be required for work to be 33 complete in all respects. 34 4. He waives all claims for additional costs related to substitution, which subsequently arise. 35 1.3 DEFINITIONS 36 A. Product: Manufactured material or equipment. 37 1.4 PROCEDURE FOR REQUESTING SUBSTITUTION 38 A. Considered after award of Contract. 39 B. Written requests through Contractor only. 40 C. Transmittal Mechanics: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01640 - 1 1 1. Follow the transmittal mechanics prescribed for shop drawings in Section 01340. Product 2 substitution will be treated in a manner similar to "deviations," as described in paragraph 3 1.4.A.9.f of Section 01340. List the letter describing the deviation and justifications on the 4 transmittal form in the space provided under the column with the heading 5 " DESCRIPTION." Include in the transmittal letter, either directly or as a clearly marked 6 attachment, the items listed in paragraph D below. 7 D. Transmittal Contents: 8 1. Product identification: 9 a. Manufacturer's name. 10 b. Telephone number and representative contact name. 11 c. Specification section or drawing reference of originally specified product, including 12 discrete name or tag number assigned to original product in the Contract Documents. 13 2. Manufacturer's literature clearly marked to show compliance of proposed product with 14 Contract Documents. 15 3. Itemized comparison of original and proposed product addressing product characteristics 16 including but not necessarily limited to 17 a. Size. 18 b. Composition or materials of construction. 19 c. Weight. 20 d. Electrical or mechanical requirements. 21 4. Product experience: 22 a. Location of past projects utilizing product. 23 b. Name and telephone number of persons associated with referenced projects 24 knowledgeable concerning proposed product. 25 c. Available field data and reports associated with proposed product. 26 5. Data relating to changes in construction schedule. 27 6. Data relating to changes in cost. 28 7. Samples: 29 a. At request of Engineer. 30 b. Full size if requested by Engineer. 31 c. Held until substantial completion. 32 d. Engineer not responsible for loss or damage to samples. 33 1.5 APPROVAL OR REJECTION 34 A. Written approval or rejection of substitution given by the Engineer. 35 B. Engineer reserves the right to require proposed product to comply with color and pattern of 36 specified product if necessary to secure design intent. 37 C. In event substitution results in a change of Contract price or time. provisions in General 38 Conditions will be applied for adjustment. 39 D. Substitutions will be rejected if: 40 1. Submittal is not through the Contractor with his stamp of approval. 41 2. Requests are not made in accordance with this Section. 42 3. In the Engineer's opinion, acceptance will require substantial revision of the original design. 43 4. In the Engineer's opinion, substitution is not equal to original product specified or will not 44 perform adequately the function for which it was intended. 45 END OF SECTION 46 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission line - August 2002 01640 -2 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 92B21 2 SECTION 01650 3 FACILITY STARTUP 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Procedures and actions, required of the Contractor, which are necessary to achieve and 8 demonstrate Substantial Completion. 9 2. Requirements for Substantial Completion Submittals. 10 B. Related Sections include but are not necessarily limited to: 11 1. Division 0 - Contracts and Conditions. 12 2. Division 1 - General Requirements. 13 3. Section 15060 — Pipe and Pipe Fittings: Basic Requirements. 14 4. Section 15100 — Valves: Basic Requirements. 15 1.2 DEFINITIONS 16 A. Pre- Demonstration Period: The period of time, of unspecified duration after initial construction 17 and installation activities during which Contractor, with assistance from manufacturer's 18 representatives, performs in the following sequence: 19 1. Finishing type construction work to ensure the Project has reached a state of Substantial 20 Completion (includes pressure testing, disinfection, and flushing). 21 2. Equipment startup. 22 3. Personnel training. 23 B. Demonstration Period: A period of time, of specified duration, following the Pre- Demonstration 24 Period, during which the Contractor initiates process flow through the facility to prove the 25 functional integrity as evidence of Substantial Completion. Timing of Demonstration period 26 shall be coordinated with the Owner to take place during period(s) of low water demand on the 27 system. 28 C. Substantial Completion: See Division 0, General Conditions. 29 1.3 SUBMITTALS 30 A. Submit in the chronological order listed below prior to the completion of the Pre - Demonstration 31 Period. 32 1. Master operation and maintenance training schedule: 33 a. Submit 30 days (minimum) prior to first training session for Owner's personnel. 34 b. Schedule to include: 35 1) Target date and time for Owner witnessing of pressure testing. 36 2) Target date and time for Operation and Maintenance training for equipment 37 3) Target date for initiation of facility start-up. 38 c. Submit for review and approval by Owner. 39 d. Include holidays observed by Owner. 40 e. Owner reserves the right to insist on a minimum 7 days' notice of rescheduled training 41 session not conducted on master schedule target date for any reason. 42 f. Schedule to be resubmitted until approved. 43 2. Substantial Completion Submittal: 44 a. File Contractor's Notice of Substantial Completion and Request for Inspection. 45 b. Approved Operation and Maintenance manuals received by Engineer minimum 1 week 46 prior to scheduled training. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01650 - 1 1 c. Equipment installation and pre- demonstration startup certifications. 2 d. Letter verifying completion of all pre - demonstration startup activities including receipt 3 of all specified items from manufacturers or suppliers as final item prior to initiation of 4 Demonstration Period. 5 1.4 COST OF STARTUP 6 A. Contractor to pay all costs associated with Facility startup, except that the Owner shall furnish 7 water for pressure testing and during demonstration of the facility at no cost to the Contractor. 8 PART 2 - PRODUCTS • (NOT APPLICABLE TO THIS SECTION) 9 PART 3 - EXECUTION 10 3.1 GENERAL 11 A. Facility Startup Divided into Two Periods: 12 1. Pre - Demonstration Period including: 13 a. Completion of construction work to bring Project to a state of Substan tial Completion. 14 b. Startup of Equipment. 15 c. Training of Personnel. 16 d. Completion of the filing of all required submittals. 17 e. Filing of Contractors Notice of Substantial Completion and Request for Inspection. 18 2. Demonstration Period including: 19 a. Demonstration of functional integrity of facility. 20 3.2 PRE - DEMONSTRATION PERIOD 21 A. Completion of Construction Work: 22 1. Complete the work to bring the Project to a state of substantial completion. 23 B. Equipment Startup: 24 1. Requirements for individual items of equipment are included in Divisions 2 through 16 of 25 these Specifications. 26 2. Prepare the equipment so it will operate properly and safely and be ready to demonstrate 27 functional integrity during the Demonstration Period. 28 3. Perform Equipment Startup to extent possible without introducing product flow. 29 4. Introduce product flow to complete Equipment Startup for the following equipment: 30 a. Gate valves. 31 b. Butterfly valves. 32 c. Air release/Vacuum relief valves, 33 5. Procedures include but are not necessarily limited to the following: 34 a. Test or check and correct deficiencies of: 35 1) Cleanliness of connecting piping systems. 36 2) Lubrication. 37 3) Valve orientation and position status for manual operating mode. 38 4) All equipment: Proper connections, alignment, calibration and adjustment. 39 b. Perform other tests, checks, and activities required to make the equipment ready for 40 Demonstration Period. 41 c. Documentation: 42 1) Prepare a log showing each equipment item subject to this paragraph and listing 43 what is to be accomplished during Equipment Startup. Provide a place for the 44 Contractor to record date and person accomplishing required work. Submit 45 completed document before requesting inspection for Substantial Completion 46 certification. 47 6. Obtain certifications, without restrictions or qualifications, and deliver to Engineer: .. __. ... , City of Round Rock - East Transmission Line - Phase 1 48 -inch Barron Hill Transmission Line - August 2002 01650 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. Manufacturer's equipment installation check letters. 2 C. Personnel Training: 3 1. See individual equipment specification sections. 4 2. Conduct all personnel training after completion of Equipment Startup for the equipment for 5 which training is being conducted. 6 a. Personnel training on individual equipment or systems will not be considered 7 completed unless: 8 1) All pretraining deliverables are received and approved before commencement of 9 training on the individual equipment or system. 10 2) No system malfunctions occur during training. 1 I b. Training not in compliance with the above will be performed again in its entirety by the 12 manufacturer at no additional cost to Owner. 13 3. Field and classroom training requirements: 14 a. Hold classroom training on -site. 15 b. Notify each manufacturer specified for on -site training that the Owner reserves the right 16 to video record any or all training sessions. Organize each training session in a format 17 compatible with video recording. 18 c. Training instructor: Factory trained and familiar with giving both classroom and 19 "hands -on" instructions. 20 d_ Training instructors: Be at classes on time. Session beginning and ending times to be 21 coordinated with the Owner and indicated on the master schedule. Normal time lengths 22 for class periods can vary, but brief rest breaks should be scheduled and taken. 23 e. Organize training sessions into maintenance versus operation topics and identify on 24 schedule. 25 f. Plan for minimum class attendance of 10 people at each session and provide sufficient 26 classroom materials, samples, and handouts for those in attendance. 27 g. Instructors to have a typed agenda and well prepared instructional material. 28 h. In the on -site training sessions, cover the information required in the Operation and 29 Maintenance manuals submitted according to Section 01340, including: 30 1) Operation of equipment 31 2) Lubrication of equipment. 32 3) Maintenance and repair of equipment. 33 4) Troubleshooting of equipment. 34 5) Preventive maintenance procedures. 35 6) Adjustments to equipment. 36 7) Inventory of spare parts. 37 8) Optimizing equipment performance. 38 9) Capabilities. 39 10) Operational safety. 40 11) Emergency situation response. 41 12) Takedown procedures (disassembly and assembly). 42 i. Address above paragraphs 1), 2), 8), 9), 10), and 11) in the operation sessions. Address 43 above paragraphs 3), 4), 5), 6), 7), and 12) in the maintenance sessions. 44 Maintain a log of classroom training provided including: Instructors, topics, dates, time, 45 and attendance. 46 D. Complete the filing of all required submittals: 47 1. Shop drawings. 48 2. Operation and Maintenance Manuals. 49 3. Training material. 50 E. Filing of Contractor's Notice of Substantial Completion and Request for Inspection: 51 1. File the notice when the following have been completed: 52 a. Construction work (brought to state of Substantial Completion). 53 b. Equipment Startup. 54 c. Personnel Training. .. __. , .. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 01650 - 3 1 d. Submittal of required documents. 2 2. Engineer will review required submittals for completeness within 5 calendar days of 3 Contractor's notice. If complete, Engineer will complete inspection of the Work, within 10 4 calendar days of Contractor's notice. 5 3. Engineer will inform Contractor in writing of the status of the Work reviewed, within 14 6 calendar days of Contractor's notice. 7 a. Work determined not meeting state of Substantial Completion: 8 1) Contractor: Correct deficiencies noted or submit plan of action for correction 9 within 5 days of Engineer's determination 10 2) Engineer. Reinspect work within 5 days of Contractor's notice of correction of 11 deficiencies. 12 3) Reinspection costs incurred by Engineer will be billed to Owner who will deduct 13 them from final payment due Contractor. 14 b. Work•determined to be in state of tentative Substantial Completion: Engineer to prepare 15 tentative "Engineer's Certificate of Substantial Completion." 16 c. Engineer's Certificate of Substantial Completion: 17 1) Certificate tentatively issued subject to successful Demonstration of functional 18 integrity. 19 2) Issued for Project as a whole. 20 3) Issued subject to completion or correction of items cited in the certificate (punch 21 list). 22 4) Issued with responsibilities of Owner and Contractor cited. 23 5) Executed by Engineer. 24 6) Accepted by Owner. 25 7) Accepted by Contractor. 26 d. Upon successful completion of Demonstration Period, Engineer will endorse certificate 27 attesting to the successful demonstration, and citing the date of ending the successful 28 Demonstration Period of functional integrity as the effective date of Substantial 29 Completion. 30 3.3 DEMONSTRATION PERIOD 31 A. General: 32 1. Demonstrate the functional integrity of the facility as evidence of Substantial Completion. 33 2. Duration of Demonstration Period: 24 consecutive hours. 34 3. If, during the Demonstration Period, the aggregate amount of time used for repair, 35 alteration, or unscheduled adjustments to any equipment or systems that renders the affected 36 equipment or system inoperative exceed 10 percent of the Demonstration Period, the 37 demonstration of functional integrity will be deemed to have failed. In the event of failure, 38 a new Demonstration Period will recommence after correction of the cause of failure. The 39 new Demonstration Period shall have the same requirements and duration as the 40 Demonstration Period previously conducted. 41 4. Conduct the demonstration of functional integrity under full operational conditions. 42 5. Owner will provide operational personnel to provide decisions affecting water treatment 43 plant performance and the Barton Hill storage tank. Owner's assistance will be available 44 only for such decisions. Contractor will perform all other functions including but not 45 limited to equipment operation and maintenance until successful completion of the 46 Demonstration Period. 47 6. Owner reserves the right to simulate operational variables, equipment failures, routine 48 maintenance scenarios, etc., to verify the functional integrity of automatic and manual 49 backup systems and alternate operating modes. 50 7. Time of beginning and ending any Demonstration Period shall be agreed upon by 51 Contractor, Owner, and Engineer in advance of initiating Demonstration Period. 52 8. Throughout the Demonstration Period, provide knowledgeable personnel to answer Owner's 53 questions, provide final field instruction on equipment and to respond to any system 54 problems or failures that may occur. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barron Hill Transmission Line - August 2002 01650 - 4 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 01650 -5 1 1 1 1 1 1 11 PART 2 - PRODUCTS 1 1 1 1 1 1 1 1 1 1 1 1 1 90H17 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Intermediate and final cleaning of Work 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 12 2.1 MATERIALS SECTION 01710 CLEANING 13 A. Cleaning Agents: 14 1. Compatible with surface being cleaned. 15 2. New and uncontaminated. 16 PART 3 - EXECUTION 17 3.1 CLEANING - GENERAL 18 A. Prevent accumulation of wastes that create hazardous conditions. 19 B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing 20 authorities. 21 C. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary 22 drains or sewers. 23 D. Dispose of debris at an approved solid waste disposal site. 24 E. On completion of work, leave area in a clean, natural looking condition. Remove all signs of 25 temporary construction and activities incidental to construction of required permanent Work. 26 F. Do not burn on -site. 27 3.2 PIPELINE CLEANING 28 A. Cleaning During Construction: 29 1. Pipeline will be used to transmit treated water to Barton Hill storage tank. Contractor shall 30 keep pipeline free of all debris, including trash, sand, gravel, rocks, mud, pipe stalls, 31 welding rods and slag, and grout as pipeline is being laid. 32 2. Sweep entire length of pipe laid each day. 33 3. Dispose of debris on a daily basis. 34 B. Final Cleaning: 35 1. Given the size of the new line, flushing velocities in excess of 2.5 feet per second are not 36 practical. Contractor shall clean the pipeline immediately prior to filling for pressure testing 37 by using a fine bristle broom. 38 City of Round Rock - East Transmission Line - Phase I 48 -inch Bmmn Hill Transmission Line - May 2002 01710 - 1 1 3.3 SITE CLEANING 2 A. Cleaning During Construction: 3 1. Construction debris: 4 a. Confine in strategically located container(s): 5 1) Cover to prevent blowing by wind. 6 2) Haul from site minimum once a week. 7 b. Remove from work areas to container daily. 8 2. Vegetation: 9 a. Keep weeds and other vegetation trimmed to 3 IN maximum height. 10 3. Soils, sand, and gravel deposited on paved areas: 11 a. Remove as required to prevent muddy or dusty conditions. 12 b. Do not flush into storm sewer system. 13 B. Final Cleaning: 14 1. Remove trash and debris containers from site: 15 a. Revegetate areas disturbed by location of trash and debris containers. 16 2. Clean paved areas to remove all dirt, mud, sand and gravel. 17 3.4 FIELD QUALITY CONTROL 18 A. Immediately prior to Demonstration Period, conduct an inspection with Engineer to verify 19 condition of all work areas. 20 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - May 2002 01710 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 2 SITE WORK 1 1 1 1 4 PART 1- GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 96H09 2 3 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Site clearing, tree protection, stripping topsoil and demolition. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02200 - Earthwork. 12 4. Section 02260 - Topsoiling and Finished Grading. 13 5. Section 02270 - Soil Erosion and Sediment Control. 14 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 15 PART 3 - EXECUTION SECTION 02110 SITE CLEARING 16 3.1 PREPARATION 17 A. Protect existing trees and other vegetation to remain against damage. 18 1. Do not smother trees by stockpiling construction materials or excavated materials within 19 drip line. 20 2. Avoid foot or vehicular traffic or parking of vehicles within drip line. 21 3. Provide temporary protection as required. 22 B. Repair or replace trees and vegetation damaged by construction operations. 23 1. Repair to be performed by a qualified tree surgeon. 24 2. Remove trees which cannot be repaired and restore to full- growth status. 25 3. Replace with new trees of equal caliper (4 -IN minimum). 26 C. Provide barricades, coverings, and other protection necessary to prevent damage to existing 27 improvements. 28 1. Protect improvements on adjoining properties as well as those on Owner's property. 29 2. Restore any improvements damaged by this work to original condition, as acceptable to 30 Owner or other parties or authorities having jurisdiction. 31 3.2 SITE CLEARING 32 A. Topsoil Removal: 33 1. Strip topsoil to depths encountered. 34 a. Remove heavy growths of grass before stripping. 35 b. Stop topsoil stepping sufficient distance from trees to prevent damage to main root 36 system. 37 c. Keep separate from remaining excavated material or objectionable material. 38 2. Stockpile topsoil where directed. 39 a. Construct storage piles to freely drain surface water. 40 b. Seed or cover storage piles to prevent erosion. 41 3. Borrow topsoil: 42 a. Reasonably free of subsoil, objects over 2 IN DIA, weeds and roots. .. _._ City of Round Rock - Fast Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02110 - 1 1 B. Clearing and Grabbing: 2 1. Clear from within limits of construction all trees not marked to remain. 3 a Include shrubs, brush, downed timber, rotten wood, heavy growth of grass and weeds, 4 vines, rubbish, structures and debris. 5 2. Grub (remove) from within limits of construction all stumps, roots, root mats, logs and 6 debris encountered. 7 a. Grubbing under areas to be paved: 8 1) Totally grub. 9 b. Grubbing in lawn areas: 10 1) In cut areas, totally grub. 11 2) In fill areas, where 51l is less than 3 FT totally grub ground. 12 3) Where fill is 3 FT or more in depth, stumps may be left no higher than 6 IN above 13 existing ground surface. 14 C. Disposal of Waste Materials: 15 1. Do not burn combustible materials on site. 16 2. Remove all waste materials from site. 17 3. Do not bury organic matter on site. 18 3.3 ACCEPTANCE 19 A. Upon completion of the site clearing, obtain Engineer's acceptance of the extent of clearing, 20 depth of stripping and rough grade. 21 22 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02110 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 99127 2 3 4 PART 1 - GENERAL SECTION 02200 EARTHWORK 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Earthwork for areas not addressed by Section 02221. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02110 — Site Clearing. 12 4. Section 02260 — Topsoiling and Finished Grading. 13 5. Section 02270 — Soil Erosion and Sediment Control. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1- American Society for Testing and Materials (ASTM): 17 a. C33, Standard Specification for Concrete Aggregates. 18 b. D698, Test Method for Laboratory Compaction Characteristics of Soil Using Standard 19 Effort (12,400 ft- lb /ft3). 20 c. D2487, Standard Classification of Soils for Engineering Purposes (Unified Soil 21 Classification System. 22 d. D4253, Standard Test Methods for Maximum Index Density of Soils Using a Vibratory 23 Table. 24 e. D4254, Test Methods for Minimum Index Density of Soils and Calculation of Relative 25 Density. 26 1.3 SUBMITTALS 27 A. Shop Drawings: 28 1. See Section 01340. 29 2. Product technical data including: 30 a. Acknowledgement that proposed materials meet requirements in paragraph 2.1. 31 3. Certifications acknowledging that proposed materials have been tested in accordance with 32 standards referenced. 33 4. Test reports: 34 a. Soil and aggregate laboratory and in -place testing results. 35 B. Samples - 36 1. Submit samples and source of fill, backfill, and select fill materials proposed for use. 37 2. Submit samples and source of granular material proposed for use. 38 PART 2 - PRODUCTS 39 2.1 MATERIALS 40 A. Fill and Backfill: Selected material approved by Engineer from site excavation or from off site 41 borrow. 42 B. Select Fi11: Select material approved by Engineer from site excavation or from off -site borrow. 43 1. Maximum particle size of 1 IN. ..._.- ... City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02200 - 1 1 2 2. Liquid limit less than 35. 3. Plasticity index (PI) greater than 4 and less than 15. 3 C. Granular Fill Under Concrete Slabs, Manholes, and Valve Vaults: 4 1. Drainage material: Clean, crushed or natural gravel conforming to ASTM C33, Size No.67, 5 '/4 IN to No. 4. 6 2. Filter material: Conform to ASTM C33 requirements for fine aggregate (sand). 7 3. Thickness as shown on the Drawings. 8 PART 3 - EXECUTION 9 3.1 PROTECTION 10 A. Protect existing surface and subsurface features on -site and adjacent to site as follows: 11 1. Provide barricades, coverings, or other types of protection necessary to prevent damage to 12 existing items indicated to remain in place. 13 2. Protect and maintain benchmarks, monuments or other established reference points and 14 property corners. If disturbed or destroyed, replace at own expense to full satisfaction of 15 Owner and controlling agency. 16 3. Verify location of utilities. Omission or inclusion of utility items does not constitute non- 17 existence or definite location. Secure and examine local utility records for location data. 18 a. Take necessary precautions to protect existing utilities from damage clue to any 19 construction activity. 20 b. Repair damages to utility items at own expense. 21 c. In case of damage, notify Engineer at once so required protective measures may be 22 taken. 23 4. Maintain free of damage, existing sidewalks, structures, and pavement, not indicated to be 24 removed. Any item known or unknown or not properly located that is inadvertently 25 damaged shall be repaired to original condition. All repairs to be made and paid for by 26 Contractor. 27 5. Provide full access to public and private premises, fire hydrants, street crossings, sidewalks 28 and other points as designated by Owner to prevent serious interruption of travel. 29 6. Maintain stockpiles and excavations in such a manner to prevent inconvenience or damage 30 to structures on -site or on adjoining property. 31 7. Avoid surcharge or excavation procedures that can result in heaving, caving, or slides. 32 B. Salvageable Items: Carefully remove items to be salvaged, and store on Owner's premises unless 33 otherwise directed. 34 3.2 EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES 35 A. General: 36 1. In general, work includes, but is not necessarily limited to, excavation, subgrade 37 compaction, and backfilling for structures. 38 2. Obtain fill and bacldrll material necessary to produce grades required. 39 3. In this Section of the Specifications, the word "foundations" includes footings, base slabs, 40 foundation walls, mat foundations, grade beams, piers and any other support placed directly 41 on soil. 42 4. In the paragraphs of this Section of the Specifications, the word "soil" also includes any 43 type of rock subgrade that may be present at or below existing subgrade levels. 44 B. Excavation Requirements for Structures: 45 1. Dimensions: 46 a. Excavate to elevations and dimensions indicated on the Drawings. 47 b. Allow additional space as required for construction operations and inspection of 48 foundations. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02200 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Removal of obstructions and undesirable materials in excavation includes, but is not 2 necessarily limited to, removal of old foundations, existing construction, unsuitable 3 subgrade soils, expansive type soils, and any other materials which may be concealed 4 beneath present grade, as required to execute work indicated on Contract Drawings. If 5 undesirable material and obstructions are encountered during excavation, remove material 6 and replace with approved material as directed by Engineer. 7 3. Level off bottoms of excavations to receive slabs or compacted fill. Remove loose materials 8 and bring excavations into approved condition to receive concrete or fill material. Where 9 compacted fill material must be placed to bring subgrade elevation up to underside of 10 construction, scarify existing subgrade upon which fill material is to be placed to a depth of 11 4 IN and then compact to density and moisture stated herein before concrete or fill material 12 can be placed thereon. Do not carry excavations lower than shown for foundations except 13 as directed by Engineer. If any part of excavation is carried below required depth without 14 authorization, maintain excavation and start foundation from excavated level with concrete 15 of same strength as required for superimposed foundation. No extra compensation will be 16 made to Contractor therefor. 17 4. Make excavations large enough for working space, forms, dampproofing, waterproofing, 18 and inspection. 19 5. Notify Engineer as soon as excavation is completed in order that subgrades may be tested. 20 Do not commence further construction until subgrade has been approved by the Engineer. 21 Engineer shall be given the opportunity to examine subgrade both prior to and after 22 subgrade compaction. 23 a. Place concrete or fill material as soon as weather conditions permit after subgrade is 24 completed, tested, and approved and after forms and reinforcing are inspected and 25 approved. Before concrete or fill material is placed, protect approved subgrade from 26 becoming loose, wet, frozen, or soft due to weather, construction operations, or other 27 reasons. 28 6. Dewatering: Review soils investigation (Division 0, Section 3.0) before beginning 29 excavation and determine where groundwater is likely to be encountered during excavation. 30 Where groundwater is or is expected to be encountered during excavation, install a 31 dewatering system to prevent softening and disturbance of subgrade below foundations and 32 fill material, to allow foundations and fill material to be placed in the dry, and to maintain a 33 stable excavation side slope. Groundwater shall be maintained at least 3 FT below the 34 bottom of any excavation. Install wells as necessary to monitor groundwater level. Keep 35 dewatering system in operation until dead load of structure exceeds possible buoyant uplift 36 force on structure. Dispose of groundwater to an area that will not interfere with 37 construction operations or damage existing construction. Shut off dewatering system at 38 such a rate to prevent a quick upsurge of water that might weaken the subgrade or damage 39 the structure. 40 7. Subgrade stabilization: If subgrade under foundations, fill material, or slabs is in a frozen, 41 loose, wet, or soft condition before construction is placed thereon, remove frozen, loose, 42 wet, or soft material and replace with approved compacted material as directed by Engineer. 43 Provide compaction density of replacement material as stated herein. Loose, wet, or soft 44 materials, when approved by Engineer, may be stabilized by a compacted working mat of 45 well - graded crushed stone. Compact stone mat thoroughly into subgrade to avoid future 46 migration of fines into the stone voids. Remove and replace frozen materials as directed by 47 Engineer. Do not place further concrete or fill on the stabilized subgrades until the Engineer 48 has approved such subgrades. 49 8. Protection of structures: Prevent new and existing structures from becoming damaged due to 50 construction operations or other reasons. Prevent subgrades under new and existing 51 foundations from becoming wet and undermined during construction due to presence of 52 surface or subsurface water or due to construction operations. 53 9. Shoring: Shore, sheet pile, slope, or brace excavations as required to prevent them from 54 collapsing. Remove shoring as backfilling progresses but only when banks are stable and 55 safe from caving or collapse. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02200 -3 1 10. Drainage: Control grading around structures so that ground is pitched to prevent water from 2 running into excavated areas or damaging structures. Maintain excavations where 3 foundations, floor slabs, or fill material are to be placed free of water. Provide pumping 4 required keeping excavated spaces clear of water during construction. Should any water be 5 encountered in the excavation, notify Engineer. Provide free discharge of water by 6 trenches, pumps, wells, well points, or other means as necessary and drain to point of 7 disposal that will not damage existing or new construction or interfere with construction 8 operations. 9 11. Frost protection: Do not place foundations, slabs -on- grade, or fill material on frozen ground. 10 When freezing temperatures may be expected, do not excavate to full depth indicated, 11 unless foundations, floor slabs, or fill material can be placed immediately after excavation 12 has been completed and approved. Protect excavation from frost if placing of concrete or 13 fill is delayed. 14 C. Fill and Backfill Inside of Structure and Below Slabs: 15 1. Obtain approval of fill and backfill material and source from Engineer prior to placing the 16 material. 17 2. Granular fill under slabs: Place all floor slabs -on -grade on a minimum of 6 IN of granular 18 fill unless otherwise indicated on the Drawings. 19 3. Fill and backfill placement: Prior to placing fill and backfill material, optimum moisture and 20 maximum density properties for proposed material shall be obtained from Engineer. Place 21 fill and backfill material in lifts not exceeding 8 IN loose thickness. Compact material by 22 means of equipment of sufficient size and proper type to obtain required density. Do not 23 place fill and backfill when the temperature is less than 40 DegF and when subgrade to 24 receive fill and backfill material is frozen, wet, loose, or soft. Use vibratory equipment to 25 compact granular material; do not use water to compact granular material. 26 4. Where fill material is required below foundations, place fill material, conforming to the 27 required density and moisture content, outside the exterior limits of foundations located 28 around perimeter of structure the following horizontal distance, whichever is greater: 29 a. As required to provide fill material to indicated finished grade. 30 b. 5 FT. 31 c. Distance equal to depth of compacted fill below bottom of foundations. 32 d. As directed by Engineer. 33 D. Filling and Backfilling Outside of Structures. 34 1. Use select fill material to fill and backfill outside of structures. 35 2. Select fill placement: Prior to placing select fill, obtain optimum moisture and maximum 36 density properties for proposed material from Engineer Place select fill in lifts not 37 exceeding 6 IN loose thickness. Compact material with equipment of proper type and size 38 to obtain density specified. 39 3. Use hand - operated tamping equipment for filling and backfilling in areas where larger 40 compaction equipment cannot be operated. Reduce maximum loose lift thickness to 4 IN. 41 4. Do not place fill or backfill material when temperature is less than 40 DegF and when 42 subgrade to receive material is frozen, wet, loose, or soft. Use vibratory equipment for 43 compacting granular material; do not use water to compact granular material. 44 5. Backfilling against walls: 45 a. Do not backfill around any part of structures until each part has reached specified 28- 46 day compressive strength and backfill material has been approved. Do not start 47 backfrlling until concrete forms have been removed, trash removed from excavations, 48 pointing of masonry work, concrete finishing, dampproofing and waterproofing have 49 been completed. 50 b. Do not place fills against walls until floor slabs at top, bottom, and at intermediate 51 levels of walls are in place and have reached 28 -day required compressive strength to 52 prevent wall movement 53 c. Bring backfill and fill up uniformly around the structures and individual walls, piers, or 54 columns. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02200 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.3 USE OF EXPLOSIVES 2 A. Blasting with any type of explosive is prohibited. 3 3.4 FIELD QUALITY CONTROL 4 A. Do not include in bid price the cost of inspection services indicated herein as being performed by 5 the Owner and Engineer. 6 B. Moisture - Density relations, to be established by the Engineer required for all materials to be 7 compacted. 8 C. Extent of compaction testing will be as necessary to assure compliance with Specifications. 9 D. Give minimum of 24 HR advance notice to Owner when ready for compaction or subgrade 10 testing and inspection. 11 E. Should any compaction density test or subgrade inspection fail to meet Specification 12 requirements, perform corrective work as necessary. 13 F. Pay for all costs associated with corrective work and retesting resulting from failing compaction 14 density tests. 15 3.5 COMPACTION REQUIREMENTS 16 A. Assure by results of in -place testing that compaction density and moisture comply with the 17 following requirements: 18 1. Specific areas: 19 20 LOCATION DENSITY & MOISTURE 21 Inside structures under 97 percent with moisture content 22 foundations, slab -on- grade, plus/minus 2% of optimum 23 and scarified existing subgrade. per ASTM D698 24 25 Outside structures adjacent to 92 percent with moisture content 26 walls and any other structure 0% below to 3% above optimum 27 exterior member. per ASTM D698. 28 29 Granular fill under concrete slabs, 75 percent relative density 30 manholes, and valve vaults. per ASTM D4253 and D4254. 31 No water flushing for compaction. 32 END OF SECTION 33 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barron Hill Transmission Line - August 2002 02200 - 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 99C25 2 SECTION 02221 3 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Excavation, trenching, backfilling and compacting for all underground utilities. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02200 - Earthwork. 12 4. Section 02224 - Pipeline Undercrossings. 13 5. Section 02515 - Precast Concrete Manhole Structures. 14 L2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American Association of State Highway & Transportation Officials (AASHTO): 17 a. T99, The Moisture - Density Relations of Soils Using a 5.5 LB Rammer and a 12 IN 18 Drop. 19 b. T180, Moisture - Density Relations of Soils Using a 10 LB Rammer and an 18 IN Drop. 20 2. American Society for Testing and Materials (ASTM): 21 a. C33, Standard Specification for Concrete Aggregates. 22 b. D698, Test Method for Laboratory Compaction Characteristics of Soil Using Standard 23 Effort (12,400 ft- lb /ft3). 24 c. D1557, Test Method for Laboratory Compaction Characteristics of Soil Using 25 Modified Effort (56,000 ft- Ibf/f(2,700 kN- m/m)). 26 d. D2487, Standard Classification of Soils for Engineering Purposes (Unified Soil 27 Classification System). 28 e. D4253, Standard Test Methods for Maximum Index Density of Soils Using a Vibratory 29 Table. 30 f. D4254, Minimum Index Density of Soils and Calculation of Relative Density. 31 g. D558, Moisture- Density Relations of Soil Cement Mixtures. 33 B. Qualifications: 34 1. As needed, hire an independent soils laboratory to verify Owner's testing results of in -place 35 moisture - density and Proctor values for embedment and backfill material to assure that all 36 work complies with this Specification. 37 Registered professional engineer licensed in the State of Texas for design of trench shoring 38 systems or other trench safety plans. 39 13 DEFINITIONS 40 A. Excavation: 41 1. All excavation will be defined as unclassified. 42 1.4 SUBMITTALS 43 A. Shop Drawings: 44 1. See Section 01340. 45 2. Submit test reports and fully document each with specific location or stationing information, 46 date, and other pertinent information. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission ate - August 2002 02221 - 1 1 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of 2 installation and general recommendations. 3 4. Submit sieve analysis reports on all granular embedment materials proposed for use. 4 5. Retain the services of a registered professional engineer licensed in the State of Texas to 5 design a trench safety plan and/or trench shoring drawings as required by law. Include 6 current certification of trench shields (trench boxes) if employed. 7 1.5 PROJECT CONDITIONS 8 A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent 9 slides or caving. Maintain and trim excavated materials in such manner to be as little 10 inconvenience as possible to public and adjoining property owners. 11 B. Provide full access to public and private premises and fire hydrants, at street crossings, 12 sidewalks and other points as designated by Owner to prevent serious interruption of travel. 13 C. Protect and maintain bench marks, monuments or other established points and reference points 14 and if disturbed or destroyed, replace items to full satisfaction of Owner and controlling agency. 15 D. Verify existence and location of underground utilities. Take precaution to avoid damaging 16 existing utilities. Contractor is responsible for cost associated with repairing any damages to 17 existing utilities. 18 PART2 PRODUCTS 19 2.1 MATERIALS 20 A. Common Trench Backfill is excavated material replaced into the trench subject to the following 21 requirements: 22 I. As approved by Engineer. 23 a. Free of rock cobbles, roots, sod or other organic matter, and frozen material. 24 b. Maximum particle size shall not exceed 4 IN. 25 c. Moisture content at time of placement: 3 percent plus /minus of optimum moisture 26 content as specified in accordance with ASTM D698. 27 B. Carefully Compacted Backfill is excavated material replaced into the trench subject to the 28 following requirgtnents: 29 1. As approved by Engineer. 30 a. Free of rock cobbles, roots, sod or other organic matter, and frozen material. 31 b. Maximum particle size shall not exceed 1 IN. 32 c. Moisture content at time of placement: 2 percent plus /minus of optimum moisture 33 content as specified in accordance with ASTM D698. 34 C. Embedment Materials: 35 1. As approved by the Engineer. 36 2. Select granular material consisting of well - graded natural or crushed gravel: 37 a. ASTM C33, gradation 67 (3/4 IN to No. 4 sieve) defined below: 38 39 Sieve Size 1 IN 3/4 IN 3/8 IN No.4 No.20 40 Percent Passing 100 90-100 20-55 0-10 0 41 by Weight 42 43 b. Texas Crushed Stone 3 /8 -IN T' rock. 44 c. Texas Crushed Stone %rIN 'D' rock. 45 d. Flowable Fill or Controlled Low Strength Material (CLSM): 46 1) Prepare mix design in accordance with the guidelines of the Texas Aggregates and 47 Concrete Association. 48 2) Submit CLSM mix design for approval. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Bill Transmission Line - August 2002 02221 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3) Supply CLSM by a ready mix concrete producer experienced in mixing and 2 transporting CLSM. 3 4) Cement — ASTM C150, Type 1/II. 4 5) Fly Ash — ASTM C618, Class C or Class F. 5 6) Water — per ASTM C94. 6 7) Admixtures — ASTM C260 and/or C494. 7 8) Fine Aggregate — Natural or manufactured sand, or a combination thereof, free 8 from injurious amounts of salt, alkali, vegetable matter or other objectionable 9 material. Maximum particle size's /, IN, with 90 to 100% passing the No. 4 sieve. 10 No more than 10% passing the No. 200 sieve (fines). 11 a) If a flowable mixture cannot be produced, the sand may be rejected, 12 9) Consistency shall be tested by filling an open -ended 3 -IN diameter cylinder 6 IN 13 high to the top with CLSM. The cylinder shall be immediately pulled straight up I4 and the correct consistency of the CLSM shall produce a minimum 8 IN diameter 15 circular -type spread with no segregation. 16 10) Compressive strength shall be greater than 20 PSI at 3 days and less than 300 psi at 17 28 days. 18 a) Use set accelerator if a high early strength is needed to permit backfrlling. 19 11) Mix and deliver CLSM in accordance with recommendations of the National 20 Ready Mixed Concrete Association. 21 12) CLSM may be used up to the springline of the pipe with granular embedment used 22 above the springline and over the top of the pipe. 23 3. Embedment material shall not contain more than 400 ppm chlorides. 24 4. Maximum particle size in embedment material shall be 1 IN. 25 D. Cement Stabilized Bacicfill and Embedment: 26 1. Use sand, silty sand, or gravelly sand soils (non - plastic) as approved by Engineer. 27 2. Uniformly mix 2 sacks of Type I/I1 dry Portland cement per cubic yard of approved soils. 28 3. Thoroughly mix dry cement into soil using pugmill, rotary mixer, or front -end loader bucket 29 by dumping material back and forth until cement is thoroughly and uniformly distributed. 30 4. Moisture content at the time of placement shall be plus 3% to minus 1"/ of optimum 31 moisture content per ASTM D558. 32 5. Place in 6 to 8 IN thick loose lifts and compact to not less than 95% of maximum dry 33 density, as determined by ASTM D558. Compact within two hours of mixing. 34 6. For pipe having 10 FT or greater cover, or as otherwise indicated on the Drawings, pipe 35 embedment material shall be cement stabilized soil, as follows: 36 a. Cement stabilized embedment shall consist of moist sandy soil, which complies with 37 Unified Soil Classifications (ASTM D2487) SW or SP having less than 7% passing the 38 No. 200, mixed with two sacks of Type I/II dry Portland cement per cubic yard of 39 embedment. 40 b. Thoroughly mix dry cement into soil using pugmill, rotary mixer, or front -end loader 41 bucket by dumping material back and forth until cement is thoroughly and uniformly 42 distributed. 43 c. Moisture content at the time of placement shall be plus 3% to minus 1% of optimum 44 moisture content per ASTM D558. 45 d. Place in 6 to 8 IN thick loose lifts and compact to not less than 95% of maximum dry 46 density, as determined by ASTM D558. Compact within two hours of mixing. 47 E. Subgrade Stabilization Materials: 48 a. Provide materials consisting of gravel or crushed rock with the following gradation: 49 Sieve Size 2 %z IN 2 IN 1 IN 'A IN No. 4 Percent Passing 100 95 -100 35 -70 10 -30 0 -5 by Weight 50 F. Road Repair Materials: 51 1. Bacicfill for all roads and surface course for unpaved roads: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02221 - 3 1 a. TxDOT Grade A, Type 2 flexible base. 2 2. Surface course for asphalt paved roads: 3 a. Tack coat curing asphalt, MC -30. 4 b. Hot mix asphaltic concrete, HMAC, TxDOT Type D. 5 PART 3 - EXECUTION 6 3.1 EXCAVATION 7 A. Unclassified Excavation: 8 1. Remove rock excavation, clay, silt, gravel, hard pan, loose shale, and loose stone as required 9 to install permanent construction. 10 2. No separate payment will be made for rock excavation. 11 B. Excavation for Appurtenances: 12 1. 12 IN (minimum) clear distance between outer surface and embankment. 13 2. See Section 02200 for applicable requirements. 14 3. See Section 02515 for applicable requirements. 15 C. Trench Excavation: 16 1, Strip topsoil in accordance with Section 02110 and keep separate from remaining excavated 17 material. Reuse topsoil at top of backfill and grade to match adjacent ground. In all cases, 18 depth of topsoil shall be a minimum of 4 IN. 19 2. Excavate trenches by open cut method to depth shown on Drawings and necessary to 20 accommodate work. 21 a Install casing pipe by tunneling, jacking, or boring where shown on Drawings. See 22 Section 02224. 23 3. Open trench: 24 a. No more than the distance between two manholes, structures, units, or 600 LF, 25 whichever is less. 26 b. Field adjust limitations as weather conditions dictate. 27 4. Trenching near buildings, units, or structures: 28 a. No more than 100 LF at any one time. 29 5. Any trench or portion of trench, which is opened and remains idle for 3 calendar days, or 30 longer, as determined by the Owner, may be directed to be immediately refilled, without 31 completion of work, at no additional cost to Owner. Said trench may not be reopened until 32 Owner is satisfied that work associated with trench will be prosecuted with dispatch. 33 6. Observe following trenching criteria: 34 a. Trench size. 35 1) Excavate width to accommodate free working space. 36 2) Maximum trench width at top of pipe or conduit may not exceed outside diameter 37 of utility service by more than the following dimensions: 38 OVERALL DIAMETER MAXIMUM OF UTILITY SERVICE EXCESS DIMENSION 33 IN and less 24 IN More than 33 IN 36 IN 39 40 3) Cut trench walls vertically from bottom of trench to a minimum of 6 IN above top 41 of pipe, conduit, or utility service. 42 4) Keep trenches free of water. Include cost of dewatering in unit price bid for pipe. 43 D. Remove and dispose of unsuitable materials off site at an approved disposal site 44 E. Remove and dispose of excess excavated materials off site at an approved disposal site. 45 1. If Contractor enters into an agreement with landowner for disposal of materials on property, 46 Contractor shall provide Owner with an executed copy of the agreement City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02221 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.2 PREPARATION OF FOUNDATION FOR PIPE LAYING 2 A. Over- Excavation: 3 1. Backfill and compact to 90 percent of maximum dry density per ASTM D698. 4 2 Backfill with compacted embedment material as option. 5 B. Rock Excavation: 6 1. Excavate minimum of 6 IN below bottom exterior surface of the pipe or conduit. 7 2. Backfill to grade with suitable earth or embedment material. 8 3. Form bell holes in trench bottom. 9 C. Subgrade Stabilization: 10 1. Stabilize the subgrade when directed by the Owner. 11 2. Observe the following requirements when unstable trench bottom materials are encountered. 12 a. Notify Owner when unstable materials are encountered. 13 1) Define by drawing station locations and limits. 14 b. Remove unstable trench bottom caused by Contractor failure to dewater, rainfall, or 15 Contractor operations. 16 1) Replace with subgrade stabilization with no additional compensation. 17 33 BACKFILLING METHODS 18 A. Carefully Compacted Backfill: 19 1. Furnish where indicated on drawings, specified for trench embedment conditions and for 20 compacted backfill conditions up to 6 IN above top of pipe. 21 2. Comply with the following: 22 a. Place backfill in lifts not exceeding 8 IN (loose thickness). 23 b. Hand place, shovel slice, and pneumatically tamp all carefully compacted backfill. 24 c. Observe specific manufacturer's recommendations regarding backfilling and 25 compaction. 26 d. Compact each lift to specified requirements. 27 B. Common Trench Backfill 28 1. Perform in accordance with the following: 29 a. Place backfill in lift thicknesses capable of being compacted to densities specified. 30 b. Observe specific manufacturer's recommendations regarding backfilling and 31 compaction. 32 c. Avoid displacing joints and appurtenances or causing any horizontal or vertical 33 misalignment, separation, or distortion. 34 C. Water flushing for consolidation is not permitted. 35 3.4 COMPACTION 36 A. General: 37 1. Place and assure embedment, backfill, and fill materials achieve an equal or "higher" degree 38 of compaction than undisturbed materials adjacent to the work. 39 2. In no case shall degree of compaction below "Minimum Compaction" specified be accepted. 40 B. Compaction Requirements: Unless noted otherwise on Drawings or more stringently by other 41 sections of these Specifications, comply with following trench compaction criteria: 42 43 44 45 46 47 48 49 50 City of Round Rock - East Transmission Line - Mosel 48 -inch Barton Hill Transmission Line - August 2002 02221 - 5 1 MINIMUM COMPACTION REQUIRED 2 3 LOCATION SOIL TYPE DENSITY 4 5 1. Embedment Material: 6 7 All Locations Cohesionless Soils 70 percent of maximum 8 relative density per ASTM 9 D4253 and D4254 10 11 2. Carefully Compacted Backfill: 12 13 All applicable Cohesive soils 95 percent of maximum 14 areas dry density per 15 ASTM D698 16 17 Cohesionless soils 70 percent of maximum 18 relative density per ASTM 19 D4253 and D4254 20 21 3. Common Trench Backfill: 22 23 Under pavements Cohesive soils 100 percent of maximum 24 roadways surfaces, dry density per 25 within highway ASTM D698 26 right-of-ways 27 28 Cohesionless soils 70 percent of maximum 29 relative density per ASTM 30 D 4253 and D4254 31 32 33 All other areas Cohesive soils 90 percent of maximum 34 dry density per 35 ASTM D698 36 37 Cohesionless soils 70 percent of maximum 38 relative density per ASTM 39 D4253 and D4254 40 3.5 FIELD QUALITY CONTROL 41 A. Testing: 42 1. Owner will perform in -place moisture- density tests as deemed necessary. 43 2. Tests will be performed through recognized testing laboratory established by Owner. 44 3. Costs of "Passing" tests paid by Owner. 45 4. Additional tests will be performed until compaction meets or exceeds requirements. 46 5. Cost associated with "Fading" tests shall be paid by Contractor. 47 6. Assure Owner has immediate access for testing of all soils related work. 48 7. Ensure excavations are safe for testing personnel. 49 50 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02221 -6 - 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 96G31 2 SECTION 02224 3 PIPELINE UNDERCROSSINGS 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Construction of pipe undercrossings. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 15061 - Pipe: Steel. 13 5. Section 15062 - Pipe: Ductile. 14 1.2 QUALITY ASSURANCE 15 1.3 SUBMITTALS 16 A. Shop Drawings: 17 1. See Section 01340. 18 2. Product data sheets for casing spacers and manufacturer's recommendations regarding 19 runner configuration and spacing of casing spacers along the carrier pipe. 20 3. Prior to initiating construction, the Contractor shall submit to the Engineer for approval, 21 proposed methods for performance of operations as follows: 22 a. Site plan of the undercrossing entrances showing excavation limits. 23 b. Quality control methods including, but not limited to, procedure for checking line and 24 grade. 25 c. Safety procedures including, but not limited to, monitoring for oxygen and gases. 26 d. Grouting techniques and equipment to be employed. 27 e. Dewatering techniques and equipment to be employed. 28 4. Comply with submittal requirements of authority or agency having jurisdiction over 29 undercrossing. 30 PART2 PRODUCTS 31 2.1 MATERIALS 32 A. Casing Pipe: 33 1. Structural grade steel: Minimum yield strength of 35,000 psi or greater as required by the 34 permits. 35 2. Wall thickness: 36 a. Railroad bore (Sta. 1 +44.00 to 2 +50.00): 0.75 IN. 37 b. III-35 East Frontage Road bore (Sta. 34 +24.00 to Sta. 36 +04.00): 0.625 IN. 38 c. All other bores: Minimum 0.50 IN. 39 3. Diameter: Minimum of 6 IN larger than outside diameter of carrier pipe's jointing system. 40 4. All casing pipe shall be new; no recycled or rehabilitated piping will be accepted. 41 B. Casing Spacers: 42 1. Manufactured by Pipeline Seal & Insulator, Inc., Houston, Texas, or equal. 43 a. Model 12G -2 for pipe sizes greater than 24 IN diameter. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - May 2002 02224 - I 1 2 Casing spacers shall have a minimum 14 gauge steel band and 10 gauge risers. The band, 2 risers and connecting studs shall be welded, and pickled before applying a PVC coating of 3 15 mils thickness. Epoxy coatings are not an acceptable alternative. 4 3. The spacer shall have a flexible PVC liner with a Durometer "A" 85 hardness. 5 4. The runners shall be of high pressure molded Glass Reinforced Polyester with a minimum 6 compressive strength of 18,000 psi, 2 IN in width, and a minimum 7 IN long. Polyethylene 7 runners are not an acceptable alternative. 8 5. The runners shall be attached to the band or riser by 3/8 IN welded steel studs and lock nuts, 9 which shall be recessed in the runner. Recess shall be filled with a corrosion inhibiting filler. 10 The band section shall be bolted together with cadmium- plated studs, nuts, and washers. 11 PART 3 - EXECUTION 12 3.1 INSTALLATION 13 A. General: 14 1. Install undercrossing to meet requirements of authority or agency having jurisdiction over 15 undercrossing. 16 2. Observe work requirements stipulated in any permit condition. 17 3. Consult Contract Drawings for limitation of construction right -of -way. 18 4. The Contractor shall inspect the location where the undercrossing is to be installed and 19 familiarize himself with the conditions under which the work will be performed, any 20 possible obstructions to be avoided, and with all detail necessary for the orderly prosecution 21 of the work. The omission herein of any details necessary for the satisfactory installation of 22 the work in its entirety shall not relieve the Contractor of the responsibility to so familiarize 23 himself with the actual conditions under which this work is to be performed. 24 5. Any damage to the road, highway or railroad caused by construction operations shall be 25 immediately repaired by the Contractor to the satisfaction of the authority or agency having 26 jurisdiction over the undercrossing at no additional cost to the Owner. 27 B. If installation of crossing is by jacking or dry boring, the following will be required unless more 28 rigid requirements are specified by the authority or agency having jurisdiction over the crossing: 29 1. Diameter of the hole: Not exceeding diameter of casing by more than 1-1/2 IN. 30 2. Pressure grout all voids outside of casing, including abandoned or misaligned holes. Grout 31 material shall have a minimum strength of 1,500 psi. 32 3. Install grouted plug minimum of 2 FT deep at both ends of casing. The upslope plug shall 33 create a watertight seal between the casing and the carrier pipe. The downslope plug shall 34 be provided with six, 1 /2 -IN DIA weep holes. 35 4. Undercrossing casing: 36 a. Full lengths. 37 b. Weld pressure tight. 38 5. After casing is installed, attach casing spacers and runners to each length of carrier pipe as 39 required to prevent collapse or displacement and pull pipe into place. Pipe must be straight 40 and centered in casing when in place. 41 6. Coordinate connections to system with authority or agency having jurisdiction over the 42 crossing. 43 C. Backfill: 44 1. Compact backfill in accordance with trench compaction criteria specified in Section 02221. 45 D. Topsoil and Vegetation: 46 1. Topsoil disturbed areas and reestablish vegetation comparable to initial conditions. 47 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - May 2002 02224 - 2 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 89I20 2 SECTION 02260 3 TOPSOILING AND FINISHED GRADING 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Topsoiling and finished grading. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02110 - Site Clearing. 12 4. Section 02200 - Earthwork 13 5. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 14 6. Section 02270 - Soil Erosion and Sediment Control. 15 C. Location of Work: All areas within limits of grading and all areas outside limits of grading 16 which are disturbed in the course of the work. 17 1.2 SUBMITTALS 18 A. Shop Drawings: 19 1. See Section 01340. 20 2. Test reports for furnished topsoil. 21 1.3 PROJECT CONDITIONS 22 A. Verify amount of topsoil stockpiled and determine amount of additional topsoil, if necessary to 23 complete work. 24 PART 2 - PRODUCTS 25 2.1 MATERIALS 26 A. Topsoil: 27 I. Original surface soil typical of the area. 28 2. Existing topsoil stripped and stockpiled under Section 02110. 29 3. Borrow topsoil per 02110. 30 4. Capable of supporting native plant growth. 31 2.2 TOLERANCES 32 A. Finish Grading Tolerance: 0.1 FT plus /minus from required elevations. 33 PART 3 - EXECUTION 34 3.1 PREPARATION 35 A. Correct, adjust and/or repair rough graded areas. 36 1. Cut off mounds and ridges. 37 2. Fill gullies and depressions. 38 3. Perform other necessary repairs. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02260 - I 1 4. Bring all sub - grades to specified contours, even and properly compacted. 2 B. Loosen surface to depth of 2 IN, minimum. 3 C. Remove all stones and debris over 2 IN in any dimension. 4 3.2 ROUGH GRADE REVIEW 5 A. Reviewed by Engineer under Section 02110 - Site Clearing. 6 33 PLACING TOPSOIL 7 A. Do not place when subgrade is wet or frozen enough to cause clodding. 8 B. Spread to compacted depth of 4 IN minimum for all disturbed earth areas. 9 C. If topsoil stockpiled is less than amount required for work, furnish additional borrow topsoil at 10 no cost to Owner. 11 D. Provide finished surface free of stones, sticks, or other material 1 IN or more in any dimension. 12 E. Provide finished surface smooth and true to required grades. 13 F. Restore stockpile area to condition of rest of finished work. 14 3.4 ACCEPTANCE 15 A. Upon completion of topsoil placement and grading, obtain Engineer's acceptance of grade and 16 surface. 17 B. Make test holes where directed by Engineer to verify thickness of topsoil. 18 END OF SECTION City of Round Rock - Fast Transmission Line - Phase I 48 -inch Baron Hill Transmission Line - August 2002 02260 - 2 1 1 1 4 PART 1- GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 961109 2 SECTION 02270 3 SOIL EROSION AND SEDIMENT CONTROL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Soil erosion and sediment control. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 01560 - Environmental Protection and Special Controls. 12 4. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 13 5. Section 02930 - Revegetation. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 I. Erosion control standards: "Standards and Specifications for Soil Erosion and Sediment 17 Control in Developing Areas" by the U.S. Department of Agriculture, Soil Conservation 18 Service, College Park, Maryland. 19 2. See Section 01560 for SWPPP requirements. 20 PART2 PRODUCTS 21 2.1 MATERIALS 22 A. Straw bales, twine tied. 23 B. Silt fence. 24 1. Nilex, Inc. 25 2. Or approved equal. 26 C. Erosion Control Blanket: 100% straw with lightweight photo - degradable netting on both sides. 27 Netting sewn on 3 IN center or less. Minimum roll width 7.5 FT. Approved products include: 28 1. Straw Mat by Erosion Control Systems, Tuscaloosa, AL. 29 2. S2 Straw Blanket by Bon Terra America, Moscow, ID. 30 3. Or approved equal. 31 PART 3 - EXECUTION 32 3.1 PREPARATION 33 A. Prior to General Stripping Topsoil and Excavating: 34 1. Select and install controls necessary to meet the NPDES General Permit for Construction 35 Activities. See Section01560. 36 2. Excavate and shape sediment basins and traps during rough grading as grading progresses. 37 3.2 DURING CONSTRUCTION PERIOD 38 A. Do not disturb existing vegetation (grass and trees) not impacted by construction. 39 B. Maintain erosion control systems: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02270 - 1 1 1. Inspect regularly especially after rainstorms. 2 2. Repair or replace damaged or missing items. 3 3. Remove accumulated sediment 4 IN or greater in depth. 4 C. Topsoil and Fine Grade Slopes and Swales, Etc.: 5 1. Seed and mulch as soon as areas become ready. 6 D. Install erosion control blanket on all disturbed areas which exceed a slope of 10 percent and as 7 directed by the Engineer. 8 1. Install in accordance with manufacturer's recommendations for critical area installations. 9 2. Minimize side overlaps by using widest roll widths available. 10 3.3 NEAR COMPLETION OF CONSTRUCTION 11 A. Maintain seeded areas and erosion controls. 12 B. Temporary erosion controls shall be maintained and kept in place until at least seeding and 13 revegetation has been finally accepted by Owner. 14 C. Remove erosion controls after acceptance of revegetation by Owner. 15 END OF SECTION City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02270 - 2 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00L20 2 SECTION 02515 3 PRECAST CONCRETE MANHOLE STRUCTURES 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Precast concrete manhole structures and appurtenant items. 8 a. Air release/Vacuum relief valve manholes and appurtenances. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Contracts and Conditions. 11 2. Division 1 - General Requirements. 12 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American Society for Testing and Materials (ASTM): 16 a A48, Standard Specification for Gray Iron Castings. 17 b. C150, Standard Specification for Portland Cement. 18 c. C478, Precast Reinforced Concrete Manhole Sections. 19 2. Occupational, Health and Safety Administration (OSHA). 20 1.3 SUBMITTALS 21 A. Shop Drawings: 22 1. See Section 01340. 23 2. Product technical data including: 24 a. Acknowledgement that products submitted meet requirements of standards referenced. 25 b. Manufacturer's installation instructions_ 26 3. Fabrication and/or layout drawings: 27 a. Include diagrams of manholes showing typical components and dimensions. 28 PART 2 - PRODUCTS 29 2.1 ACCEPTABLE MANUFACTURERS 30 A. Subject to compliance with the Contract Documents, the following manufacturers are 31 acceptable: 32 1. Manhole rings, covers and frames: 33 a. Neenah Foundry. 34 b. Deeter Foundry. 35 2. Black mastic joint compound: 36 a. Kalktite 340. 37 b. Tufflex. 38 c. Plastico. 39 3. Premolded joint compound: 40 a Ram Net. 41 b. Kent Seal. 42 4. Fibered asphalt compound: 43 a. Sonnebom Hydrocide 700B Semi - Mastic. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02515 - 1 1 2.2 MANHOLE STRUCTURE COMPONENTS 2 A. Manhole Components: 3 1. Reinforcement: ASTM C478. 4 2. Minimum wall thickness: 5 IN. 5 3. Provide the following components for each manhole structure: 6 a. Precast barrel section(s). 7 b. Precast adjuster ring(s). 8 c. Precast flat top. 9 4. See Drawings for manhole dimensions. 10 B. Manhole Frames and Cover: 11 1. Cast or ductile iron frame and covers: ASTM A48, Class 35 (minimum). 12 2. Use only cast or ductile iron of best quality, free from imperfections and blow holes. 13 3. Machine all horizontal surfaces. 14 4. Furnish unit with solid nonventilated lid with concealed pickholes. 15 a. Letter covers "POTABLE WATER" for all installations. 16 5. Ensure minimum clear opening of 30 IN DIA. 17 C. Manhole Steps: 18 1. Provide each manhole with polypropylene plastic coated steel manholes steps with safety 19 treads. 20 2. Furnish spacing and dimensions of steps complying with OSHA requirements for fixed 21 ladders. 22 3. Provide maximum distance from surface to first rung not greater than 16 IN, and maximum 23 spacing on remaining steps 12 IN OC 24 4. Locate steps so that center of rung is nominal 7 IN clear of manhole wall. 25 5. Minimum step width shall be 16 IN. 26 6. Minimum diameter of Grade 60 steel reinforcement: 5/8 IN. 27 7. Embed a minimum of 3 IN and anchor with nonshrink grout into manhole wall. 28 D. Special Coatings and Joint Treatment: 29 1. Joints of precast sections: 30 a. Black mastic compound: ASTM D4022. 31 2. Aluminum components embedded in concrete: 32 a. See Section 09905 for protective coating for aluminum embedded in concrete. 33 E. Manhole Concrete: 34 1. Provide all manholes constructed with Portland ASTM C 150, Type I or II cement with a 35 tricalcium aluminate content not to exceed 8 percent. 36 2. Mix aggregate shall be a minimum of 50 percent crushed limestone. 37 3. Minimum compressive strength of 3000 PSI 38 4. Provide 3000 PSI non - shrink grout. 39 PART 3 - EXECUTION 40 3.1 MANHOLE CONSTRUCTION 41 A. For all horizontal mating surfaces between concrete and concrete or concrete and metal, trowel 42 apply to clean surface black mastic joint compound to a minimum wet thickness of 1/4 IN 43 immediately prior to mating the surfaces. 44 B. Seal all pipe penetrations in manhole. Form pipe openings smooth and well shaped. After 45 installation, seal cracks with a non - shrink, non - metallic grout such as "SikaGrout 212" or 46 approved equal. After grout cures, wire brush interior surface smooth. 47 C. Set and adjust manhole cover to within 6 IN (minimum) to 12 IN (maximum) above finished 48 grade. Provide adequate interior clearance (4 IN minimum) for air /vacuum valve installation. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02515 -2 1 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02515 - 3 1 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 91L25 2 SECTION 02660 3 WATER MAIN CONSTRUCTION 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Coordination and interface with existing facilities and utilities. 8 2. Connections to existing watermains. 9 3. Testing, flushing and disinfection. 10 B. Related Sections include but are not necessarily limited to: 11 1. Division 0 - Contracts and Conditions. 12 2. Division 1 - General Requirements. 13 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities 14 4. Section 02260 - Topsoiling and Finished Grading. 15 5. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 16 6. Section 15061 - Pipe: Steel. 17 7. Section 15062 - Pipe: Ductile. 18 8. Section 15100 - Valves: Basic Requirements. 19 9. Section 15101 - Gate Valves. 20 10. Section 15103 - Butterfly Valves. 21 11. Section 15114 - Miscellaneous Valves. 22 1.2 QUALITY ASSURANCE 23 A. Referenced Standards: 24 1. American Water Work Association (AWWA): 25 a. B300, Standard for Hypochlorites. 26 b. B301, Standard for Liquid Chlorine. 27 c. C651, Standard for Disinfecting Water Mains. 28 1.3 SUBMITTALS 29 A. Submit results of the leakage tests, identifying the specific length of pipe tested, the test 30 pressure, the duration of test and the amount of leakage. 31 B. Submit satisfactory bacteriological test reports on disinfection requirements. 32 C. Operation and Maintenance Manuals: 33 1. See Section 01340. 34 PART 2 - PRODUCTS 35 2.1 MATERIALS 36 A. Pipe: Refer to Section 15060. 37 B. Valves: Refer to Section 15100. 38 PART 3 - EXECUTION 39 3.1 INSTALLATION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02660 - 1 1 A. Install water main to the line and grade on the Drawings. Water mains to be staked at a 2 minimum 100 FT interval with depth of cuts monitored. 3 B. Field verify depth of utilities that will be crossed. 4 1. Adjust water main elevation as required during construction. 5 2. No separate payment will be made for field verification or adjustment of main depths as 6 required. 7 C. Contractor will restore all existing structures or utilities damaged by Contractor's operations at 8 no additional cost to Owner. 9 3.2 PROTECTION OF EXISTING UTILITIES 10 A. The Contractor shall be responsible for locating all utilities. Omission from, or the inclusion of 11 utility locations on the plans, is not to be considered as the nonexistence of or a definite location 12 of existing underground utilities. 13 B. Notify utility representative at least 7 days prior to construction to obtain available information 14 on location of existing utilities. Contractor shall verify the location of all underground utilities. 15 C. Notify utility representative no less than 24 HRS in advance of anticipated crossing construction. 16 3.3 INTERRUPTION OF SERVICE 17 A. Interruption of existing water service(s) shall not exceed 4 HRS. Notify Owners of interruption 18 to existing service a minimum of 48 HRS in advance. 19 B. Damage to existing water service(s) shall be repaired by Contractor using same type material 20 and size as existing service(s) at no additional cost to Owner. 21 3.4 CONNECTIONS TO EXISTING WATERMAINS 22 A. See Section 01060, Paragraph 1.9. 23 B. See Section 15060, Paragraph 3.4. 24 3.5 DRIVEWAY REMOVAL AND REPLACEMENT 25 A. All Portland cement concrete and asphalt noted for removal and replacement shall be cut prior to 26 removal. Cut by sawing; vertical cut to be 1 IN minimum. The remaining depth of section may 27 be broken out in a manner subject to Engineers approval. Width of section removed to be either 28 a width not greater than the outside diameter of the water main plus 4 FT or broken out to the 29 nearest joint. 30 B. Replace Portland cement concrete and asphalt equal to or better than original paving plus 2 IN. 31 C. Debris resulting from the above operations shall be removed from site and disposed of at an 32 approved facility. 33 D. Include driveway removal and replacement in unit price bid for the water main. 34 3.6 GRAVEL SURFACED DRIVES AND ROADWAYS 35 A. The Contractor shall restore all damaged gravel surfaced drives and roadways to a condition 36 equal to or better than original. 37 1. Replacement gravel to be full depth of same gradation and level of compaction as existing 38 material. 39 B. Include removal and replacement in unit price bid for the water main. 40 41 42 City of Round Rock - Fast Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02660 - 2 1 2 3.7 SEWER CROSSINGS 3 A. Water mains crossing house sewers, storm sewers or sanitary sewers shall be laid to provide a 4 vertical separation of at least 18 IN between the bottom of the water main and the top of the 5 sewer, whenever possible. A water main may be laid closer than 10 FT if the crown of the sewer 6 is at least 18 IN below the water main invert. In the event 18 IN of vertical separation cannot be 7 provided at a sewer crossing, the sewer shall be removed for a distance of 10 FT on each side of 8 the water main and replaced with one 20 FT length of ductile iron pipe of the same size. 9 B. Concrete collars shall be provided at each end of the ductile iron pipe to connect to the existing 10 sewer pipe as shown on the Drawings. 11 C. Payment for crossings shall be included in the unit price bid for the water main. 12 3.8 TREES 13 A. Do not remove trees without written instructions from the Engineer unless tree removal is shown 14 an drawings. No separate payment will be made for tree removal and the cost shall be included 15 in the unit price bid for the water main. 16 3.9 FENCES, SIGNS, MAILBOXES, ETC. 17 A. Restore all damaged fences, signs, mailboxes, etc., to their original or better conditions. No 18 separate payment will be made for these items. 19 END OF SECTION City of Round Rock - East Transmission Line - Phase I 48 -inch Barron Hill Transmission Line - August 2002 02660 - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 PART1- GENERAL SECTION 02930 REVEGETATION 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Revegetation of all disturbed areas resulting from construction activities. 7 B. Related Sections include but are not necessarily limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 9 2. Division 1— General Requirements. 10 3. Section 02110 — Site Clearing. 11 4. Section 02260 — Topsoiling and Finished Grading. 12 5. Section 02270 — Soil Erosion and Sediment Control. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American Standard for Nursery Stock (ASNS). 16 2. American Society for Testing and Materials (ASTM): 17 a. D997, Drop Test for Loaded Cylindrical Containers. 18 b. D2028, Standard Specification for Cutback Asphalt. 19 3. Standard Methods of the Association of Official Agricultural Chemists. 20 4. United States Department of Agriculture, (USDA): 21 a. Federal Seed Act. 22 1.3 SUBMITTALS 23 A. Shop Drawings: 24 1. See Section 01340. 25 2. Product technical data including: 26 a. Acknowledgement that products submitted meet requirements of standards referenced 27 b. Manufacturers installation instructions. 28 c. Signed copies of vendors statement for seed mixture required, stating botanical and 29 common name, place of origin, strain, percentage of purity, percentage of germination, 30 and amount of Pure Live Seed (PLS) per bag. 31 3. Certification: 32 a. Certify each container of seed delivered will be labeled in accordance with Federal and 33 State Seed Laws and equals or exceeds Specification requirements. 34 4. Other documents: 35 a. Copies of invoices for fertilizer used on Project showing grade fumished, along with 36 certification of quality and warranty. If Engineer determines fertilizer requires 37 sampling and testing to verify quality, testing will be done at Connector's expense, in 38 accordance with current methods of Association of Official Agricultural Chemists. 39 Upon completion of Project, a final check of total quantities of fertilizer used will be 40 made against total area planted. If minimum rates of application have not been met, 41 Contractor will be required to distribute additional quantities to make up minimum 42 application specified. 43 PART2 PRODUCTS 44 2.1 MATERIALS City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02930 - 1 1 A. Water: Free from substances harmful to grass or plant growth such as oils, salts, acids, etc. 2 Provide water from source approved by Engineer prior to use. 3 B. Topsoil: See Sections 02110 and 02260. 4 C. Grass Seed Mix. 5 1. For application in all project areas east of IH -35 and within 1H -35 ROW unless otherwise 6 denoted on the Drawings. 7 a. Fresh, clean, new -crop seed label in accordance with USDA Federal Seed Act in effect 8 on date of bidding in the proportions indicated below for general seeding. 9 10 COMMON NAME RATE - (LBS PURE LIVE SEED (PIS I PER ACREI 11 Green Sprangletop 2.0 12 KR Bluestem 4.0 13 Side Oats Grama (Haskell) 4.0 14 Buffalo Grass 5.0 15 Bermuda Grass (hulled) 10.0 16 17 2. Provide adequate quantities of seed to meet pure live seed (PLS) application rate specified 18 considering percentages of purity and germination. 19 3. Furnish seed in sealed standard containers labeled with producer's name and seed analysis. 20 4. Do not use seed that has become wet, moldy, or otherwise damaged. 21 D. Coastal Bermuda Sprigs. 22 1. For application in all project areas west of IH -35 unless otherwise denoted on the Drawings. 23 a. Sprigs shall consist of healthy, uninjured, live stolons and rhizomes of coastal Bermuda 24 grass free from excessive foreign matter. Excess top growth shall be removed before 25 sprigs are harvested. 26 b. Obtain sprigs from a source within 200 miles of project site, unless otherwise approved 27 by the Engineer. 28 c. Sprigs shall not be cut or chopped shorter than 4 IN. Excess sail may be shaken from 29 the sprigs. 30 d. Harvested sprigs should not lie exposed to the sun for more than 30 minutes before they 31 are stacked in piles and covered or loaded for transporting to the planting site. Sprigs 32 shall be watered and kept covered and moist until planted. 33 e. Not more than 36 hours should elapse between initial harvest and planting the sprigs. 34 When adverse weather or other uncontrollable conditions interrupt the operations, the 35 Engineer may grant an extension of time, provided that the roots are still considered 36 viable. 37 f. The Engineer shall have the right to reject any sprigs that do not meet the above 38 specifications. 39 E. Fertilizer. Complete, soluble fertilizer, uniform in composition, dry and free - flowing, part of the 40 elements of which are derived from organic sources. 41 1. Containing the following percentages of Nitrogen (N), Phosphorus (P), and Potassium (K): 42 16-20-10, respectively. 43 2. Cyanic compound or hydrated lime are not permitted in mixed fertilizers. 44 3. Provide fertilizer uniform in composition, free flowing and suitable for application with 45 approved equipment delivered to site in bags or other sealed containers, each fully labeled 46 and bearing the name and warranty of the producer. 47 4. Store in weatherproof container or storage place and in such a manner that the fertilizer is 48 kept dry and its effectiveness not impaired. 49 5. If and when bulk delivery and spreading of fertilizer is authorized, provide with a notarized, 50 written affidavit certifying weight and analysis of the fertilizer. 51 F. Mulch for Hydraulic Seeding: Cellulose Fiber Mulch produced from grinding clean, whole 52 wood chips with a labeled ash content not to exceed 7 %, designed for use in conventional 53 hydraulic mulching of grass seed with fertilizers and other additives. Mulch shall be such that 54 when applied, will form a moisture - retaining mat without the need of an asphalt binder. _ .... _. City of Roved Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 02930 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G. Hay or Straw Mulch for Sprigging: Provide clean, seed -free, threshed hay or straw of oats, 2 wheat, barley, or rye. Mulch shall be free of Johnson Grass and other noxious weeds and foreign 3 materials that will grow or be detrimental to sprigging, or provide a menace to adjacent land. Do 4 not use mulch that is fresh or excessively brittle, or that is decomposed or moldy and will 5 smother or retard growth of grass. 6 H. Erosion Control Blanket: 100% straw with lightweight photo - degradable netting on both sides. 7 Netting sewn on 3 IN center or less. Minimum roll width 7.5 FT. Approved products include: 8 1. Straw Mat by Erosion Control Systems, Tuscaloosa, AL. 9 2. S2 Straw Blanket by Bon Tena America, Moscow, ID. 10 3. Or approved equal. 11 PART 3 - EXECUTION 12 3.1 SOIL PREPARATION 13 A. General: 14 1. Limit preparation to areas that will be planted soon after. 15 2. Provide facilities to protect and safeguard all persons on or about premises. 16 3. Protect existing trees designated to remain. 17 4. Apply seed or sprigs prior to installation of mulch and erosion control blankets. 18 B. Preparation of Soil for Seeding and Sprigging: 19 I. Loosen surface to minimum depth of 2 IN with a double disk or other suitable device if soil 20 has become hard and compacted. Remove stones over 1 IN in any dimension and sticks, 21 roots, rubbish, and other extraneous matter. 22 2. Prior to applying fertilizer, loosen areas to be planted with a double disc or other suitable 23 device if the soil has become hard or compacted. Correct any surface irregularities in order 24 to prevent pocket or low areas that will allow water to stand. 25 3. Grade areas to a smooth, even surface with a loose, uniformly fine texture. Roll and rake, 26 remove ridges and fill depressions, as required to meet fmish grade tolerances. Limit fine 27 grading to areas that can be planted soon after preparation. Rake prior to hydromulching to 28 provide uniform textured surface. 29 4. Restore areas to specified condition if eroded or otherwise disturbed after fine grading and 30 before planting. 31 5. Final grading tolerances specified in Section 02270 must be achieved prior to seeding. 32 3.2 HYDROSEEDING AND MULCHING 33 A. Seed within seven (7) days of completion of topsoiling and finished grading and prior to soil 34 retention blanket installation to minimize potential for erosion. 35 B. Optimum seeding dates are March 1 to September 15 for warm season grasses. Seeding shall be 36 done whenever weather and soil conditions are favorable. If Contractor completes earthwork 37 after September 15 and prior to March 1, Contractor shall provide temporary seeding with a 38 mixture listed below until final seeding can be accomplished per this Section: 39 1. September 16 to February 28: Winter Rye at rate of 50.0 LBS PLS /ACRE. 40 C. Do not use seed that is wet, moldy, or otherwise damaged. 41 D. Application Rates: 42 1. Seed: 43 a. See Paragraph 2.1C. 44 b. Adjust actual application rates as necessary depending on PLS of seed delivered to the 45 project to achieve the application rates specified. 46 2. Fertilizer: 100 lbs of Nitrogen per acre (dry weight). 47 3. Cellulose Fiber Mulch: 4,000 lbs/acre (dry weight). City of Round Rock - East Transmission Line - Phase 1 48 -inch Barron Hill Transmission Line - August 2002 02930 -3 1 E. Uniformly distribute the seed mixture over all areas to receive hydroseeding. All varieties of 2 seed, fertilizer, and cellulose fiber may be distributed at the same time at the specified rate after 3 being mixed and agitated in the hydroseeding machine for at least ten (10) minutes in order to 4 provide a homogeneous mixture. Apply the mixture as a water slurry and achieve an even, solid 5 cover. Mixture shall be dyed green at allow visual metering of its application. 6 F. Protect all areas not to receive hydroseeding mixture adjacent to the work from direct or over- 7 spray. 8 G. Seed mixture shall be prepared immediately prior to application, and chap be promptly applied 9 once mixed. Seed mixture that, in the opinion of the Engineer, is old shall be wasted at the 10 Contractor's expense. 11 33 SPRIGGING AND MULCHING 12 A. Sprig within seven (7) days of completion of topsoiling and finished grading and prior to 13 mulching to minimize potential for erosion. 14 B. Optimum dates for sprigging are February 15 to May 15. If Contractor completes earthwork 15 after May 15 and prior to February 15, Contractor shall provide temporary seeding with the seed 16 listed below until final sprigging can be accomplished per this Section: 17 1. May 16 to September 15: Bermuda Grass (hulled) at rate of 10.0 LBS PLS /ACRE. 18 2. September 16 to February 14: Winter Rye at rate of 50.0 LBS PLS /ACRE. 19 C. Coastal Bermuda sprigs shall be planted at a rate of 50 -70 bushels per acre. Sprigs shall be 20 planted across the slope on the approximate contour. 21 D. Sprigs shall be planted 1 to 3 IN deep. Distance between rows shall not exceed 20 IN 22 Distribution of sprigs must be sufficiently uniform to form a continuous row with ends meeting 23 or overlapping, when planted with an automatic sprig planter. 24 E. Fertilize after planting at a rate of 100 lbs of Nitrogen per acre (dry weight). 25 F. Contractor shall take precautions to ensure that equipment used does not slip, slide, rut, or 26 otherwise damage the seedbed and to ensure straight rows. Slopes shall not be left windrowed, 27 ridged, or in an otherwise undesirable condition. Hand sprigging on 15 IN centers may be done 28 in areas not accessible to equipment. 29 G. The soil following planting shall be fumed with a cultipacker to conserve moisture and prevent 30 sprigs from drying out. 31 H. Planting operations for sprigging on slopes shall begin at the base of the slope. Planting shall 32 not be done when the ground is frozen, too wet, too dry, or in an otherwise non - tillable 33 condition. Sprigging shall be scheduled to take advantage of all available soil moisture. 34 I. Within 24 HRS after sprigging, Contractor shall furnish and uniformly place mulch consisting of 35 either anchored hay or straw. 36 I. Hay or straw shall be uniformly applied at a rate of 4000 LBS per acre, in dry weight Hay or 37 straw mulch shall be anchored immediately after application to a depth of 2 to 3 IN with a mulch 38 tiller. The edges of the disk should be dull so as not to cut the hay or straw during the anchoring 39 operations. All mulching shall be done on the approximate contours. 40 3.4 EROSION CONTROL BLANKET 41 A. Install erosion control blanket on all seeded areas that exceed a slope of 10 percent and as 42 directed by the Engineer. 43 B. Install in accordance with manufacturer's recommendation for "critical area" installations. 44 C. Minimize side overlaps by using widest roll widths available from manufacturer. 45 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission tine - August 2002 02930 - 4 1 3.5 MAINTENANCE AND PROTECTION 2 A. General: 3 1. Begin maintenance of revegetated areas immediately after each portion is planted and 4 continue until final acceptance or for a specific time period as stated below, whichever is the 5 longer. 6 2. Provide and maintain temporary piping, hoses, and watering equipment as required to 7 convey water from water sources and to keep revegetated areas uniformly moist as required 8 for proper growth. 9 10 B. Revegetated Areas: 11 1. Maintain by watering, fertilizing, weeding, mowing, trimming, and other operations such as 12 rolling, regrading, and reseeding as required to establish a smooth, uniform area, free of 13 weeds and eroded or bare areas. 14 2. Repair damage to erosion control blanket using same materials and methods. 15 3. Protect all revegetated areas from erosion, rutting, or other damage. Correct all damage that 16 occurs by applying fresh topsoil and replanting using same materials and methods specified. 17 4. Lay out temporary watering system and arrange watering schedule to avoid walking over 18 muddy and newly planted areas. Use equipment and water to prevent puddling, water 19 erosion, and displacement of seed, sprigs, or mulch. 20 5. Any revegetated area not showing sufficient growth within the 12 -month project warranty 21 period shall be prepared and replanted by the Contractor at no additional cost to the Owner. 22 "Sufficient Growth" is defined as 85% cover with no bare areas exceeding 15 SF in area. 23 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 02930 - 5 DIVISION 3 CONCRETE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00K21 2 3 4 PART 1 GENERAL 5 1.1 SUMMARY SECTION 03002 CONCRETE 6 A. Section Includes: 7 1. Cast -in -place concrete and grout. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 1.2 QUALITY ASSURANCE 12 A. Referenced Standards: 13 1. American Concrete Institute (ACI): 14 a. 116R, Cement and Concrete Terminology. 15 b. 211.1, Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass 16 Concrete. 17 c. 212.3R, Chemical Admixtures for Concrete. 18 d. 304R, Guide for Measuring, Mixing, Transporting, and Placing Concrete. 19 e. 304.2R, Placing Concrete by Pumping Methods. 20 f. 3055, Hot Weather Concreting. 21 g. 306R, Cold Weather Concreting. 22 h. 318, Building Code Requirements for Structural Concrete. 23 i. 3475, Recommended Practice for Concrete Formwork. 24 2. American Society for Testing and Materials (ASTM): 25 a. A185, Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete 26 Reinforcement. 27 b. A615, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete 28 Reinforcement (Including Supplementary Requirements SI). 29 c. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 30 d. C33, Standard Specification for Concrete Aggregates. 31 e. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 f. C94, Standard Specification for Ready -Mixed Concrete. 34 g. C138, Standard Method of Test for Unit Weight, Yield, and Air Content (Gravimetric) 35 of Concrete. 36 h. C143, Standard Test Method for Slump of Hydraulic Cement Concrete. 37 i. C150, Standard Specification for Portland Cement. 38 j. C157, Standard Test Method for Length Change of Hardened Hydraulic Cement Mortar 39 and Concrete. 40 k. C172, Standard Practice for Sampling Freshly Mixed Concrete. 41 L C173, Standard Test Method for Air Content of Freshly Mixed Concrete by the 42 Volumetric Method. 43 m. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 44 Pressure Method. 45 n. C260, Standard Specification for Air Entraining Admixtures for Concrete. 46 o. C289, Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates 47 (Chemical Method). City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 03002 - I 1 p. C309, Standard Specification for Liquid Membrane - Forming Compounds for Curing 2 Concrete- 3 q. C494, Standard Specification for Chemical Admixtures for Concrete. 4 r. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan 5 for Use as a Mineral Admixture in Concrete. 6 s. E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of 7 Materials Used in Construction. 8 3. United States Army Corps of Engineers (COE): 9 a. CRD -0572, Polyvinyl Waterstops. 10 B. Quality Control: 11 1. Concrete testing agency. 12 a. Contractor to employ and pay for services of a testing laboratory to: 13 1) Perform materials evaluation. 14 2) Design concrete mixes. 15 b. Concrete testing agency to meet requirements of ASTM E329. 16 2. Do not begin concrete production until proposed concrete mix design has been approved by 17 Engineer. 18 a. Approval of concrete mix design by Engineer does not relieve Contractor of his 19 responsibility to provide concrete that meets the requirements of this Specification. 20 3. Adjust concrete mix designs when material characteristics, job conditions, weather, strength 21 test results or other circumstances warrant. 22 a. Do not use revised concrete mixes until submitted to and approved by Engineer. 23 4. Perform structural calculations as required to prove that all portions of the structure in 24 combination with remaining forming and shoring system has sufficient strength to safely 25 support its own weight plus the loads placed thereon. 26 C. Qualifications: 27 1. Ready mixed concrete batch plant certified by National Ready Mixed Concrete Association 28 (NRMCA). 29 2. Formwork, shoring and reshoring for slabs and beams except where cast on ground to be 30 designed by a professional engineer currently registered in the state where the project is 31 located. 32 13 DEFINITIONS 33 A. Per ACI 116R except as modified herein: 34 1. Concrete fill: Non - structural concrete. 35 2. Concrete Testing Agency: Testing agency employed to perform materials evaluation, design 36 of concrete mixes or testing of concrete placed during construction. 37 3. Exposed concrete: Exposed to view after construction is complete. 38 4. Indicated: Indicated by Contract Documents. 39 5. Lean concrete: Concrete with low cement content. 40 6. Nonexposed concrete: Not exposed to view after construction is complete. 41 7. Required: Required by Contract Documents. 42 8. Specified strength: Specified compressive strength at 28 days. 43 9. Submitted: Submitted to Engineer. 44 1.4 SUBMITTALS 45 A. Shop Drawings: 46 1. See Section 01340. 47 2. Concrete mix designs proposed for use. Concrete mix design submittal to include the 48 following information: 49 a. Sieve analysis and source of fine and coarse aggregates. 50 b. Test for aggregate organic impurities. 51 c. Test for deleterious aggregate per ASTM C289. 52 d. Proportioning of all materials. .. _._ .. City of Round Rock - Fast Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 03002 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e. Type of cement with mill certificate for cement. 2 f. Type of fly ash with certificate of conformance to specification requirements. 3 g. Slump. 4 h. Air content. 5 i. Brand, type, ASTM designation, and quantity of each admixture proposed for use. 6 j. 28 -day cylinder compressive test results of trial mixes per ACI 318 and as indicated 7 herein. 8 k. Standard deviation value for concrete production facility. 9 3. Manufacturer and type of joint filler, joint sealant, curing agent and chemical floor hardener. 10 4. Manufacturer and type of bonding and patching mortar and bonding adhesive used at 11 construction joints. 12 5. Manufacturer and type of nonshrink grout and the cure/seal compound required for the 13 nonshrink grout 14 6. Reinforcing steel: Show grade, sizes, number, configuration, spacing, location and all 15 fabrication and placement details. 16 a. In sufficient detail to permit installation of reinforcing without having to make 17 reference to Contract Drawings. 18 b. Obtain approval of shop drawings by Engineer before fabrication. 19 c. Mill certificates. 20 1.5 DELIVERY, STORAGE, AND HANDLING 21 A. Storage of Material: 22 1. Cement and fly ash: 23 a. Store in moistureproof, weathertight enclosures. 24 b. Do not use if caked or lumpy. 25 2. Aggregate: 26 a. Store to prevent segregation and contamination with other sizes or foreign materials. 27 b. Obtain samples for testing from aggregates at point of batching. 28 c. Do not use frozen or partially frozen aggregates. 29 d. Do not use bottom 6 IN of stockpiles in contact with ground. 30 e. Allow sand to drain until moisture content is uniform prior to use, 31 3. Admixtures: 32 a. Protect from contamination, evaporation, freezing, or damage. 33 b. Maintain within temperature range recommended by manufacturer. 34 c. Completely mix solutions and suspensions prior to use. 35 4. Reinforcing steel: 36 a. Support and store all rebars above ground for entire length. 37 B. Delivery: 38 1. Concrete: 39 a. Prepare a delivery ticket for each load for ready -mixed concrete. 40 b. Truck operator shall hand ticket to Engineer at the time of delivery. 41 c. Ticket to show: 42 1) Mix identification mark. 43 2) Quantity delivered. 44 3) Amount of each material in batch. 45 4) Outdoor temp in the shade. 46 5) Time at which cement was added. 47 6) Numerical sequence of the delivery. 48 7) Amount of water added. 49 2. Reinforcing steel: Ship to jobsite with attached plastic or metal tags with permanent mark 50 numbers. 51 a. Mark numbers to match shop drawing mark number. City of Round Rock - East Transmission Line - Phase 1 41 -inch Barton Hill Transmission Line - August 2002 03002 - 3 1 PART2- PRODUCTS 2 2.1 ACCEPTABLE MANUFACTURERS 3 A. Subject to compliance with the Contract Documents, the following manufacturers are 4 acceptable: 5 1. Nonshrink, nonmetallic grout 6 a. Sika "SikaGrout 212." 7 b. Gifford Hill "Supreme Grout." 8 c. Master Builders "Masterflow 713." 9 2. Epoxy grout: 10 a. Master Builders "Brutem MPG." 11 b. Euclid Chemical Company, "High Strength Grout" 12 c. Fosroc, "Conbextra EPHF ". 13 3. Expansion joint fillers: 14 a. Permaglaze Co. 15 b. Rubatex Corp. 16 c. Williams Products, Inc. 17 4. Waterstops, PVC: 18 a. Greenstreak Plastic Products, Inc. 19 b. W. R. Meadows, Inc. 20 c. Burke Company. 21 5. Form coating: 22 a. Richmond "Rich Cote." 23 b. Industrial Lubricants "Nox -Crete Form Coating." 24 c. Protex "Pro- Cote." 25 6. Prefabricated forms: 26 a. Simplex "Industrial Steel Frame Forms." 27 In Symons "Steel Ply." 28 c. Universal "Uniform." 29 2.2 MATERIALS 30 A. Portland Cement: Conform to ASTM C150 Type I or Type 1111. 31 B. Fly Ash: 32 1. ASTM C618, Class F or Class C. 33 2. Nonstaining. 34 a. Hardened concrete containing fly ash to be uniform light gray color. 35 3. Maximum loss on ignition: 4 percent. 36 4. Compatible with other concrete ingredients. 37 5. Obtain proposed fly ash from a source approved by the State Highway Department in the 38 state where the Project is located for use in concrete for bridges. 39 C. Admixtures: 40 1. Air entraining admixtures: ASTM C260. 41 2. Water reducing, retarding, and accelerating admixtures: 42 a ASTM C494 Type A through E. 43 b. Conform to provisions of ACI 212.3R. 44 c. Do not use retarding or accelerating admixtures unless specifically approved in writing 45 by Engineer and at no cost to Owner. 46 d. Follow manufacturer's instructions. 47 e. Use chloride free admixtures only. 48 3. Maximum total water soluble chloride ion content contributed from all ingredients of 49 concrete including water, aggregates, cementitious materials and admixtures by weight 50 percent of cement: 51 a. 0.10 all concrete. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 03002 - 4 ' 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 ' 22 23 24 25 ' 26 27 28 29 30 31 ' 32 33 34 35 ' 36 37 38 39 ' 40 41 42 ' 44 44 45 46 ' 48 48 49 ' 50 51 52 53 1 1 4. Do not use calcium chloride. 5. Pozzolanic admixtures: ASTM C618. 6. Provide admixtures of same type, manufacturer and quantity as used in establishing required concrete proportions in the mix design. D. Water: Potable, clean, free of oils, acids and organic matter. E. Aggregates: I. Normal weight concrete: ASTM C33, except as modified below. 2. Fine aggregate: Clean natural sand. a. No manufactured or artificial sand. 3. Coarse aggregate: Crushed rock, natural gravel, or other inert granular material. a. Maximum amount of clay or shale particles: 1 percent. 4. Gradation of coarse aggregate: a- Lean concrete and concrete topping: Size #7. b. All other concrete: Size #57 or #67. F. Concrete Grout: 1. Nonshrink nonmetallic grout: a. Nonmetallic, noncorrosive, nonstaining, premixed with only water to be added. b. Grout to produce a positive but controlled expansion. c. Mass expansion not to be created by gas liberation. d. Minimum compressive strength of nonshrink grout at 28 days: 6500 psi. 2. Epoxy grout: a. 3- component epoxy resin system. I) Two liquid epoxy components. 2) One inert aggregate filler component. b. Each component packaged separately for mixing at jobsite. G. Reinforcing Steel: 1. Reinforcing bars: ASTM A615, Grade 60. 2. Welded wire fabric: ASTM A185. a. Minimum yield strength: 60,000 psi. 3. Proprietary rebar mechanical splices: To develop in tension and compression a minimum of 125 percent of the yield strength of the rebars being spliced. H. Forms: 1. Prefabricated or job built. 2. Wood forms: a. New 5/8 or 3/4 IN 5 -ply structural plywood of concrete form grade. b. Face adjacent to concrete Grade B or better. c. Built -in -place or prefabricated type panel. d. 4 x 8 FT sheets for built -in -place type except where smaller pieces will cover entire area. e. When approved, plywood may be reused. 3. Metal forms: a. Metal forms excluding aluminum may be used. b. Forms to be tight to prevent leakage, free of rust and straight without dents to provide members of uniform thickness. 4. Chamfer strips: Clear white pine, surface against concrete planed. 5. Form ties: Removable end, permanently embedded body type with cones on outer ends not requiring auxiliary spreaders. a Cone diameter: 3/4 IN minimum to 1 IN maximum. b. Embedded portion 1 IN minimum back from concrete face. c. If not provided with threaded ends, constructed for breaking off ends without damage to concrete. d. Provide ties with built -in waterstops at all walls that will be in contact with process liquid during plant operation. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 03002 - 5 2 6. Form release: Nonstaining and shall not prevent bonding of future finishes to concrete surface. 3 I. Waterstops: 4 1. Plastic: Corp of Engineers Specification CRD -0572. 5 2. Serrated with center bulb. 6 3. Thickness: 3/8 IN. 7 4. Length (general use): 6 IN unless indicated otherwise. 8 5. Expansion joints: 9 a. Length: 9 IN. 10 b. Center bulb: 1 1N OD x 1/2 IN ID. 11 6. Provide hog rings or grommets spaced at maximum 12 IN OC along the length of the water 12 stop. 13 7. Provide factory made waterstop fabrications at all changes of direction, intersections and 14 transitions leaving only straight butt splices for the field. 15 J. Chairs, Runners, Bolsters, Spacers, and Hangers: 16 1. Stainless steel, epoxy coated, or plastic coated metal. 17 a. Plastic coated: Rebar support tips in contact with the forms only. 18 K. Membrane Curing Compound: ASTM C309, Type I -D. 19 1. Resin based, dissipates upon exposure to UV light. 20 2. Curing compound shall not prevent bonding of any future coverings, coatings or finishes. 21 3. Curing compounds used in water treatment plant construction to be nontoxic and taste and 22 odor free. 23 L. Expansion Joint Filler: 24 1. In contact with water or sewage: 25 a. Closed cell neoprene. 26 b. ASTM D1056, Class SC (oil resistant and medium swell) of 2 to 5 psi compression 27 deflection (Grade SCE41). 28 2. Exterior driveways, curbs and sidewalks: 29 a. Asphalt expansion joint filler. 30 b. ASTM D994. 31 3. Other use: 32 a. Fiber expansion joint filler. 33 b. ASTMD1751. 34 2.3 CONCRETE MIXES 35 A. General: 36 1. All concrete to be ready mixed concrete conforming to ASTM C94. 37 2. Provide concrete of specified quality capable of being placed without segregation and, when 38 cured, of developing all properties required. 39 3. All concrete to be normal weight concrete. 40 B. Strength: 41 1. Provide specified strength and type of concrete for each use in structure(s) as follows: 42 SPECIFIED TYPE WEIGHT STRENGTH* Concrete Fill Normal weight 3000 psi Lean Concrete Normal weight 3000 psi All other Concrete Normal weight 4000 psi 43 44 *Minimum 28 -day compressive strength. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 03002 - 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Air Entrainment Provide air entrainment in all concrete resulting in a total air content percent by 2 volume as follows: 3 4 MAX AGGREGATE SIZE TOTAL AIR CONTENT PERCENT 1IN or3 /4IN 5to7 1/2 IN 5 -1/2 to 8 1. Air content to be measured in accordance with ASTM C231, ASTM C173, or ASTM C 138. 5 D. Slump: 4 IN maximum, 1 IN minimum. 6 1. Measured at point of discharge of the concrete into the concrete construction member. 7 2. Concrete of lower than minimum slump may be used provided it can be properly placed and 8 consolidated. 9 3. Pumped concrete: 10 a. Provide additional water at batch plant to allow for slump loss due to pumping. 11 b. Provide only enough additional water so that slump of concrete at discharge end of 12 pump hose does not exceed maximum slump specified above. 13 4. Determine slump per ASTM C143. 14 E. Selection of Proportions: 15 1. General - Proportion ingredients to: 16 a. Produce proper workability, durability, strength, and other required properties. 17 b. Prevent segregation and collection of excessive free water on surface. 18 2. Minimum cement contents and maximum water cement ratios for concrete to be as follows: 19 MINIMUM CEMENT, LB /CY MAXIMUM WATER SPECIFIED MAXIMUM AGGREGATE SIZE, IN CEMENT RATIO BY STRENGTH 1/2 3/4 1 WEIGHT 3000 - -- 517 517 0.45 4000 611 611 611 0.45 20 21 3. Substitution of fly ash: 22 a. Maximum of 15 percent by weight of cement at rate of 1 LB fly ash for 1 LB of 23 cement. 24 b. Use at Contractor's option. 25 4. Sand cement grout: 26 a. Three parts sand to one part Portland cement 27 b. Entrained air: 5 to 7 percent. 28 c. Sufficient water for required workability. 29 d. Minimum 28 -day compressive strength: 3,000 psi. 30 e. Adjust mix to obtain satisfactory finishing. 31 5. Submit mix design data as required by this specification section. 32 6. Normal weight concrete: Proportion mixture to provide desired characteristics using one of 33 methods described below: 34 a. Method 1 (Trial Mix): Per ACI 318, Chapter 5, except as modified herein. 35 1) Air content within range specified above. 36 2) Record and report temperature of trial mixes. 37 3) Proportion trial mixes per ACI 211.1. 38 b. Method 2 (Field Experience): Per ACI 318, Chapter 5, except as modified herein: 39 1) Field test records must be acceptable to Engineer to use this method. 40 2) Test records shall represent materials, proportions and conditions similar to those 41 specified. 42 7. Required average strength to exceed the specified 28 -day compressive strength by the 43 amount determined or calculated in accordance with the requirements of Paragraph 5.3 of 44 ACI 318 using the standard deviation of the proposed concrete production facility as 45 described in Paragraph 5.3.1 of ACI 318. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 03002 -7 1 PART 3 - EXECUTION 2 3.1 FORMING AND PLACING CONCRETE 3 A. Formwork: 4 1. Contractor is responsible for design and erection of formwork. 5 2. Construct formwork so that concrete members and structures are of correct size, shape, 6 alignment, elevation and position. 7 a. Allowable tolerances: As recommended in ACI 347R. 8 3. Provide slabs and beams of minimum indicated depth when sloping foundation base slabs or 9 elevated floor slabs to drains. 10 a. For slabs on grade, slope top of subgrade to provide floor slabs of minimum uniform 11 indicated depth. 12 b. Do not place floor drains through beams. 13 4. Openings: Provide openings in formwork to accommodate work of other trades. 14 a. Accurately place and securely support items built into forms. 15 5. Chamfer Strips: Place 3/4 IN chamfer strips in forms to produce 3/4 IN wide beveled edges 16 on permanently exposed comers of members. 17 6. Clean and adjust forms prior to concrete placement. 18 7. Tighten forms to prevent mortar leakage. 19 8. Coat form surfaces with form release agents prior to placing reinforcing bars in forms. 20 B. Reinforcement: 21 1. Position, support and secure reinforcement against displacement. 22 2. Locate and support with chairs, runners, bolsters, spacers and hangers, as required. 23 3. Set wire ties so ends do not touch forms and are directed into concrete, not toward exposed 24 concrete surfaces. 25 4. Lap splice lengths: ACI 318 Class B top bar tension splices unless indicated otherwise on 26 the Drawings. 27 5. Unless otherwise indicated, provide minimum concrete cover as follows: 28 a. Concrete deposited against earth: 3 IN. 29 b. Formed surfaces exposed to weather or in contact with earth: 2 IN for all reinforcing 30 bars. 31 c. Formed surfaces exposed to or located above any liquid: 2 IN. 32 d. Interior surfaces: 1 -1/2 IN. 33 6. Do not weld reinforcing bars. 34 7. Welded wire fabric: 35 a. Instaall welded wire fabric in maximum practical sizes. 36 b. Splice sides and ends with a splice lap length measured between outermost cross wires 37 of each fabric sheet not less than: 38 1) One spacing of cross wires plus 2 IN. 39 2) 1.5 x development length. 40 3) 6IN. 41 c. Development length: ACI 318 basic development length for the specified fabric yield 42 strength 43 C. Construction, Expansion, and Contraction Joints: 44 1. Provide at locations indicated. 45 2. Locate wall vertical construction joints at 25 FT maximum centers and wall horizontal 46 construction joints at 10 FT maximum centers. 47 3. Locate construction joints in floor slabs and foundation base slabs so that concrete 48 placements are approximately square and do not exceed 2500 SF. 49 4. Locate construction joints in columns and walls: 50 a. At the underside of beams, girders, haunches, drop panels, column capitals, and at floor 51 panels. 52 b. Haunches, drop panels, and column capitals are considered part of the supported floor 53 or roof and shall be placed monolithically therewith. - ..... City of Round Rock - East Transmission line - Phase 1 48 -inch Barton Hill Transmission tine - August 2002 03002 - 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c. Column base need not be placed monolithically with the floor below. 2 5. Locate construction joints in beams and girders: 3 a. At the middle of the span, unless a beam intersects a girder at that point. 4 b. If the middle of the span is at an intersection of a beam and girder, offset the joint in the 5 girder a distance equal to twice the beam width. 6 c. Provide satisfactory means for transferring shear and other forces through the 7 construction joint. 8 6. Locate construction joints in suspended slabs: 9 a. At or near the center of span in flat slab or T -beam construction. 10 b. Do not locate a joint between a slab and a concrete beam or girder unless so indicated 11 on Drawings. 12 7. Install construction joints in beams, slabs, and girders perpendicular to the planes of their 13 surfaces. 14 8. At least 48 HRS shall elapse between placing of adjoining concrete construction. 15 9. Thoroughly clean and remove all laitance and loose and foreign particles from construction 16 joints. 17 10. Before new concrete is placed, coat all construction joints with an approved bonding 18 adhesive used and applied in accordance with manufacturer's instructions. 19 D. Embedments: 20 1. Set and build in anchorage devices and other embedded items required for other work that is 21 attached to, or supported by concrete. 22 2. Use setting diagrams, templates and instructions for locating and setting. 23 3. Secure waterstops in correct position using hog rings or grommets spaced along the length 24 of the waterstop and wire tie to adjacent reinforcing steel. 25 E. Placing Concrete: 26 1. Place concrete in compliance with ACI 304R and 304.2R. 27 2. Place in a continuous operation within planned joints or sections. 28 3. Begin placement when work of other trades affecting concrete is completed. 29 4. Place concrete by methods which prevent aggregate segregation. 30 5. Do not allow concrete to free fall more than 4 FT. 31 6. Where free fall of concrete will exceed 4 FT, place concrete by means of tremie pipe or 32 chute. 33 F. Consolidation: 34 1. Consolidate all concrete using mechanical vibrators supplemented with hand rodding and 35 tamping, so that concrete is worked around reinforcement and embedded items into all parts 36 of forms. 37 G. Protection: 38 1. Protect concrete from physical damage or reduced strength due to weather extremes. 39 2. In cold weather comply with ACI 306R except as modified herein. 40 a. Do not place concrete on frozen ground or in contact with forms or reinforcing bars 41 coated with frost, ice or snow. 42 b. Minimum concrete temperature at the time of mixing: 43 OUTDOOR TEMPERATURE CONCRETE TEMPERATURE AT PLACEMENT (IN SHADE) AT MIXING Below 30 DegF 70 DegF Between 30 -45 DegF 60 DegF Above 45 DegF 50 DegF 44 45 c. Do not place heated concrete that is warmer than 80 DegF. 46 d. If freezing temperatures are expected during curing, maintain the concrete temperature 47 at or above 50 DegF for 7 days or 70 DegF for 3 days. 48 e. Do not allow concrete to cool suddenly. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton dill Transmission Line - August 2002 03002 - 9 1 3. In hot weather comply with ACI 305R except as modified herein. 2 a. At air temperature of 90 DegF and above, cool ingredients before mixing to maintain 3 concrete temperature below 90 DegF at time of placement. Determine concrete 4 temperature at the point of discharge from the truck. Chilled mixing water or chopped 5 ice may be used to control temperature, provided water equivalent of ice is calculated to 6 total amount of mixing water. Using liquid nitrogen to cool concrete is at Contractor's 7 option. 8 b. Cover steel reinforcement with water - soaked burlap so steel temperature will not 9 exceed ambient air temperature immediately before embedding in concrete. 10 c. Prevent plastic shrinkage cracking due to rapid evaporation of moisture. 11 d. Do not place concrete when the actual or anticipated evaporation rate equals or exceeds 12 0.2 LBS /SF/HR as determined from ACI 305R, Figure 2.1.5. 13 H. Curing: 14 1. Begin curing concrete as soon as free water has disappeared from exposed surfaces. 15 2. Cure concrete by use of moisture retaining cover, burlap kept continuously wet or by 16 membrane curing compound. 17 3. Provide protection as required to prevent damage to concrete and to prevent moisture loss 18 from concrete during curing period. 19 4. Provide curing for minimum of 7 days. 20 5. Form materials left in place may be considered as curing materials for surfaces in contact 21 with the form materials except in periods of hot weather. 22 6. In hot weather follow curing procedures outlined in ACI 305R. 23 7. In cold weather follow curing procedures outlined in ACI 3068. 24 8. If forms are removed before 7 days have elapsed, finish curing of formed surfaces by one of 25 above methods for the remainder of the curing period. 26 9. Curing vertical surfaces with a curing compound: Cover vertical surfaces with a minimum 27 of two coats of the curing compound. 28 a. Allow the preceding coat to completely dry prior to applying the next coat. 29 b. Apply the first coat of curing compound immediately after form removal. 30 c. Vertical surface at the time of receiving the first coat shall be damp with no free water 31 on the surface. 32 d. A vertical surface is defined as any surface steeper than 1 vertical to 4 horizontal. 33 I. Form Removal: 34 1. Remove forms after concrete has hardened sufficiently to resist damage from removal 35 operations or lack of support. 36 2. Where no reshoring is planned, leave forms and shoring used to support concrete until it has 37 reached its specified 28 -day compressive strength. 38 3. Where reshoring is planned, supporting formwork may be removed when concrete has 39 sufficient strength to safely support its own weight and loads placed thereon. 40 a. While reshoring is underway, no superimposed loads shall be permitted on the new 41 construction. 42 b. Place reshores as soon as practicable after stripping operations are complete but in no 43 case later than the end of working day on which stripping occurs. 44 c. Tighten reshores to carry their required loads. 45 d. Leave reshores in place until concrete being supported has reached its specified 28 -day 46 compressive strength. 47 3.2 CONCRETE FINISHES 48 A. Tolerances: 49 1. Class A: 1/8 IN in 10 FT. 50 2. Class B: 1/4 IN in 10 FT. 51 B. Surfaces Exposed to View: 52 1. Provide a smooth finish for exposed concrete surfaces and surfaces that are: 53 a. To be covered with a coating or covering material applied directly to concrete. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 03002 -10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. Scheduled for grout cleaned finish. 2 2. Remove fins and projections, and patch voids, air pockets, and honeycomb areas with 3 cement grout. 4 3. Fill tie holes with nonshrink nonmetallic grout. 5 C. Surfaces Not Exposed to View: 6 1. Patch voids, air pockets and honeycomb areas with cement grout. 7 2. Fill tie holes with nonshrink nonmetallic grout. 8 D. Smooth Rubbed Finish: 9 1. Form facing material shall produce a smooth, hard, uniform texture. 10 2. Prepare surface in accordance with paragraph 3.02 -B and repair all surface defects. 11 3. Begin finish operation one (1) day after form removal. 12 4. Wet surface and rub with carborundum brick or other abrasive until uniform color and 13 texture is achieved. 14 5. No cement grout shall be used other than the cement paste drawn from the concrete itself by 15 the rubbing procedure. 16 E. Slab Float Finish: 17 1. After concrete has been placed, consolidated, struck off, and leveled, do no further work 18 until ready for floating. 19 2. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to 20 permit operation. 21 3. During or after first floating, check planeness of entire surface with a 10 FT straightedge 22 applied at not less than two different angles. 23 4. Cut down all high spots and fill all low spots during this procedure to produce a surface 24 within Class B tolerance throughout. 25 5. Refloat slab immediately to a uniform sandy texture. 26 F. Troweled Finish: 27 1. Float finish surface. 28 2. Next power trowel, and finally hand trowel. 29 3. Produce a smooth surface which is relatively free of defects with first hand troweling. 30 4. Perform additional trowelings by hand after surface has hardened sufficiently. 31 5. Final trowel when a ringing sound is produced as trowel is moved over surface. 32 6. Thoroughly consolidate surface by hand troweling. 33 7. Leave finished surface essentially free of trowel marks, uniform in texture and appearance 34 and plane to a Class A tolerance. 35 8. On surfaces intended to support floor coverings remove any defects of sufficient magnitude 36 that would show through floor covering by grinding. 37 G. Broom Finish: Immediately after concrete has received a float finish as specified, give it a 38 transverse scored texture by drawing a broom across surface. 39 3.3 GROUT 40 A. Preparation: 41 1. Nonshrinking nonmetallic grout: 42 a. Clean concrete surface to receive grout. 43 b. Saturate concrete with water for 24 HRS prior to grouting. 44 2. Epoxy grout: Apply only to clean, dry, sound surface. 45 B. Application: 46 1. Nonshrinking nonmetallic grout: 47 a. Mix in a mechanical mixer. 48 b. Use no more water than necessary to produce flowable grout. 49 c. Place in accordance with manufacturer's instructions. 50 d. Completely fill all spaces and cavities below the bottom of baseplates. 51 e. Provide forms where baseplates and bedplates do not confine grout. . _ Ciry of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 03002 - 11 1 f. Where exposed to view, finish grout edges smooth. 2 g. Except where a slope is indicated on Drawings, finish edges flush at the baseplate, 3 bedplate, member, or piece of equipment. 4 h. Protect against rapid moisture loss by covering with wet rags or polyethylene sheets. 5 i. Wet cure grout for 7 days, minimum. 6 2. Epoxy grout: 7 a. Mix and place in accordance with manufacturer's instructions. 8 b. Completely fill all cavities and spaces around dowels and anchors without voids. 9 c. Obtain manufacturer's field technical assistance as required to ensure proper placement. 10 3.4 FIELD QUALITY CONTROL 11 A. Owner will employ and pay for services of a concrete testing laboratory to perform testing of 12 concrete placed during construction. 13 1. Contractor to cooperate with Owner in obtaining and testing samples. 14 B. Tests During Construction: 15 1. Strength test - procedure: 16 a. Four cylinders, 6 IN DIA x 12 IN high, will be taken from each sample per ASTM 17 C172 and C31. 18 b. Cylinders will be tested per ASTM C39: 19 1) One at 7 days. 20 2) Two at 28 days. 21 3) One hold. 22 2. Strength test - frequency: 23 a. Not less than one test each day concrete placed. 24 b. Not less than one test for each 50 CY or major fraction thereof placed in one day. 25 c. Not less than one test for each type of concrete poured. 26 d. Not less than one test for each concrete structure exceeding 2 CY volume. 27 3. Slump test: Per ASTM C143. 28 a. Determined for each strength test sample. 29 b. Additional slump tests may be taken. 30 4. Air content: Per ASTM C231, C173, and C138. 31 a. Determined for each strength test sample. 32 5. Temperature: Determined for each strength test sample. 33 C. Evaluation of Tests: 34 1. Strength test results: Average of 28 -day strength of two cylinders from each sample. 35 a. If one cylinder manifests evidence of improper sampling, molding, handling, curing or 36 testings, strength of remaining cylinder will be test result. 37 b. If both cylinders show any of above defects, test will be discarded. 38 D. Acceptance of Concrete: 39 1. Strength level of each type of concrete shall be considered satisfactory if both of the 40 following requirements are met: 41 a. Average of all sets of three consecutive strength tests equals or exceeds the required 42 specified 28 -day compressive strength. 43 b. No individual strength test falls below the required specified 28 -day compressive 44 strength by more than 500 psi. 45 2. If tests fail to indicate satisfactory strength level, perform additional tests and/or corrective 46 measures as directed by Engineer. 47 a Perform additional tests and/or corrective measures at no additional cost to Owner. 48 3.5 SCHEDULES 49 A. Form Types: 50 1. Surfaces exposed to view: 51 a. Prefabricated or job -built wood forms. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 03002 - 12 1 b. Laid out in a regular and uniform pattern with long dimensions vertical and joints 2 aligned. 3 c. Produce finished surfaces free from offsets, ridges, waves, and concave or convex 4 areas. 5 d. Construct forms sufficiently tight to prevent leakage of mortar. 6 2. Surfaces normally submerged or not normally exposed to view: 7 a. Wood or steel forms sufficiently tight to prevent leakage of mortar. 8 3. Other types of forms may be used: 9 a. For surfaces not restricted to plywood or lined forms. 10 b. As backing for form lining. 11 B. Grout: 12 1. Nonshrinking nonmetallic grout: General use. 13 2. Epoxy grout: 14 a Grouting of dowels and anchor bolts into existing concrete. 15 b. Other uses indicated on Drawings. 16 C. Concrete: 17 1. Lean concrete: Where indicated on Drawings. 18 2. Concrete fill: Where indicated on Drawings. 19 3. All other (general use) concrete: All other locations. 20 D. Concrete Finishes: 21 1. Smooth rubbed finish: All formed surfaces that will be exposed to view after final 22 construction. 23 2. Slab finishes: 24 a. Use following finishes as applicable, unless otherwise indicated: 25 1) Floated finish: Unexposed surfaces of footings and base slabs. 26 2) Troweled finish: Interior floor slabs, base slabs of structures, and equipment bases. 27 3) Broom finish: Sidewalks, docks, concrete stairs, and ramps. 28 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 03002 - 13 DIVISION 9 FINISHES 1 1 1 4 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 011223 2 SECTION 09905 3 PAINTING AND PROTECTIVE COATINGS 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Painting and protective coatings. 8 2. Minimum surface preparation requirements. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Contracts and Conditions. 11 2. Division 1 - General Requirements. 12 3. Section 02515 - Precast Concrete Manhole Structures. 13 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 14 5. Section 15100 - Valves: Basic Requirements. 15 1.2 QUALITY ASSURANCE 16 A. Referenced Standards: 17 1. American National Standards Institute (ANSI): 18 a. Z535.1, Safety Color Code. 19 2. American Society for Testing and Materials (ASTM): 20 a. A780, Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized 21 Coatings. 22 b. D4258, Practice for Surface Cleaning Concrete for Coating. 23 c. D4259, Practice for Abrading Concrete. 24 d. D4261, Practice for Surface Cleaning Concrete Unit Masonry for Coating. 25 e. D4262, Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces. 26 f D4263, Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method. 27 3. National Bureau of Standards (NBS): 28 a. Certified Coating Thickness Calibration Standards. 29 4. National Fire Protection Association (NFPA): 30 a. 101, Life Safety Code. 31 5. Steel Structures Painting Council (SSPC): 32 a. PA -2, Measurement of Dry Paint Thickness with Magnetic Gages. 33 b. SP -1, Solvent Cleaning. 34 c. SP -2, Hand Tool Cleaning. 35 d. SP -3, Power Tool Cleaning. 36 e. SP -5, White Metal Blast Cleaning. 37 f. SP -6, Commercial Blast Cleaning. 38 g. SP -7, Brush -off Blast Cleaning. 39 h. SP -10, Near-White Blast Cleaning. 40 B. Qualifications: 41 1. Coating manufacturer's authorized representative shall provide written statement attesting 42 that Applicator has been instructed on proper preparation, mixing and application procedures 43 for coatings specified. 44 2. Applicator shall have minimum of 10 years experience in application of similar products on 45 similar project. Provide references for minimum of three different projects completed in last 46 5 years with similar scope of work. Include name and address of project, size of project in 47 value (painting) and contact person. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 09905 - I 1 C. Miscellaneous: 2 1. Furnish paint through one manufacturer unless noted otherwise. 3 D. Deviation from specified mil thickness or product type is not allowed without written 4 authorization of Engineer. 5 E. Material may not be thinned unless approved, in writing, by paint manufacturer's authorized 6 representative. 7 13 DEFINITIONS 8 A. Installer or Applicator. Installer or applicator is the person actually installing or applying the 9 product in the field at the Project site. Installer or applicator are synonymous. 10 B. Approved Factory Finish: Finish on a product in compliance with the finish specified in the 11 section where the product is specified. 12 C. Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to frequent 13 condensation, spillage or splash of a corrosive material such as water, wastewater, or chemical 14 solution; or chronic exposure to corrosive, caustic or acidic agent, chemicals, chemical fumes, 15 chemical mixture, or solutions with pH range of 5 - 9. 16 D. Holiday: A void, crack, thin spot, foreign inclusion, or contamination in the coating film that 17 significantly lowers the dielectric strength of the coating. May also be identified as a holiday or 18 pinhole. 19 E. Exposed Exterior Surface: Surface exposed to view and surface that is exposed to weather but not 20 necessarily exposed to view. 21 F. Paint Inspector: Inspector employed by Owner to observe work completed under this Section. 22 G. Paint includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, 23 epoxies, vinyls, chlorinated rubbers, urethanes, shellacs, varnishes, and any other applied coating 24 specified within this Section. 25 H. Surface Hidden from View: Surfaces such as those within pipe chases, and between top side of 26 ceilings (including drop -in tile ceilings) and underside of floor or roof structure above. 27 I. VOC: Volatile Organic Compounds. 28 1.4 SUBMITTALS 29 A. Manufacturer's statement regarding Applicator instruction on product use. 30 B. Applicator experience qualifications. 31 C. Manufacturer's recommendation for universal barrier coat. 32 D. Shop Drawings: 33 1. See Section 01340. 34 2. Product technical data including: 35 a. Acknowledgement that products submitted meet requirements of standards referenced. 36 b. Manufacturer's application instructions. 37 c. Manufacturer's surface preparation instructions. 38 d. If products being used are manufactured by Company other than listed in Article 2.2, 39 provide complete individual data sheet comparison of proposed products with specified 40 products including application procedure, coverage rates and verification that product is 41 designed for intended use. 42 e. Contractor's written plan of action for containing airbome particles created by blasting 43 operation and location of disposal of spent contaminated blasting media. 44 f Coating manufacturer's recommendation on abrasive blasting. 45 E. Samples: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 09905 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Manufacturer's full line of colors for Engineer's color selection. 2 F. Miscellaneous Submittals: 3 1. See Section 01340. 4 2. Approval of application equipment. 5 3. Applicator's daily record when requested by Engineer. 6 1.5 DELIVERY, STORAGE, AND HANDLING 7 A. Deliver in original containers, labeled as follows: 8 1. Name or type number of material. 9 2. Manufacturer's name and item stock number. 10 3. Contents, by volume, of major constituents. 11 4. Warning labels. 12 5. VOC content. 13 PART 2 - PRODUCTS 14 2.1 ACCEPTABLE MANUFACTURERS 15 A. Subject to compliance with the Contract Documents, only the following manufacturers are 16 acceptable: 17 1. Tnemec. 18 2. Carboline Protective Coatings. 19 3. Sherwin Williams. 20 B. Submit requests for substitution in accordance with Specification Section 01640. 21 2.2 MATERIALS 22 A. All materials used must contain not more than 3.5 LBS /GAL VOC as applied (in thinned state) 23 unless noted otherwise or other lower maximum regulatory limit 24 B. For unspecified materials such as thinner, provide manufacturer's recommended products. 25 C. Paint Systems - General: 26 L P =prime coat. Fl, F2 ... Fn= first finish coat, 27 second finish coat ...... nth finish coat, color as selected by Engineer. 28 2. If two finish coats of same material are required, Contractor may, at his option and by written 29 approval from paint manufacturer and Engineer, apply one coat equal to mil thickness of two 30 coats specified. 31 D. Products specified are manufactured by Tnemec. Manufacturers listed in Article 2.1 are also 32 acceptable provided the requirements of Article 1.4D are met. 33 E. Paint Systems: 34 1. System #1 - Polyamide Epoxy Primer with Polyamide Epoxy or Aliphatic Acrylic 35 Polyurethane Enamel Top Coats. 36 P1 =66 -1211 Epoxoline Primer ( Polyamide Epoxy) VOC =3.42 37 1 coat, 3 mils 38 F1= Series 66 Hi -Build Epoxoline (Polyamide Epoxy) 39 1 coat, 3 mils 40 *F2= Series 66 Hi -Build Epoxoline (Polyamide Epoxy) 41 1 coat, 3 mils 42 *F2E Series 74 Endura - Shield (Aliphatic Acrylic VOC =2.80 43 Polyurethane Enamel) 44 1 coat, 2.5 mils 45 *Replace F2 with F2E for exterior environment. 46 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 09905 - 3 1 2. System #2 - NOT USED. 2 3 3. System #3 - Polyamide Epoxy Primer with Polyamide Epoxy or Aliphatic Acrylic 4 Polyurethane Enamel Top Coats. 5 6 PI-Series 66 Hi =Build Epoxoline VOOC =3.42 7 ( Polyamide Epoxy) 8 1 coat, 2 mils 9 *F1 =Series 66 Hi -Build Epoxoline 10 (Polyamide Epoxy) 11 1 coat, 2 mils 12 *F1E =Series 74 Endura- Shield (Aliphatic Acrylic) VOC =2.80 13 1 coat, 2.5 mils 14 *Replace Fl with FIE for exterior environment 15 16 4. System #4 - Zinc -rich Urethane Primer with Polyamide Epoxy or Aliphatic Acrylic 17 Polyurethane Enamel Top Coats. 18 19 P1 =90 -97 Tneme -Zinc (Zinc -Rich Urethane) VOC =3.10 20 1 coat, 2.5 mils 21 *F1= Series 66 Hi -Build Epoxoline VOC =3.42 22 (Polyamide Epoxy) 23 1 coat, 3 mils 24 *F1E =Series 74 Endura - Shield (Aliphatic Acrylic VOC =2.80 25 Polyurethane Enamel) 26 1 coat, 2.5 mils 27 *Replace Fl with FIE for exterior environment 28 29 5. System #5 - NOT USED. 30 31 6. System #6 - NOT USED. 32 33 7. System #7 - NOT USED. 34 35 8. System #8 - NOT USED. 36 37 9. System #9 - NOT USED. 38 39 10. System #10 - NOT USED. 40 41 11. System #11 - Zinc -Rich Aromatic Urethane Primer. 42 43 P1 =90 -97 Tneme -Zinc (Zinc -Rich Aromatic Urethane) VOC =3.10 44 1 coat, 3.5 mils 45 46 12. System #12 - NOT USED 47 48 13. System #13 - NOT USED. 49 50 it System #14 - NOT USED. 51 52 15. System #15 - NOT USED. 53 54 16. System #16 - NOT USED. 55 City of Round Rock - East Transmission Line - Phase 1 45 -inch Barton Hill Transmission Line - August 2002 09905 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 17. System #17 - NOT USED. 2 3 18. System #18 - NOT USED. 4 5 19. System #19 - Polyamide Epoxy Coating. 6 7 P1=Series 66 Hi -Build Epoxoline VOC =3.42 8 (Polyamide Epoxy) 9 l coat, 5 mils 10 11 20. System #20 - NOT USED. 12 13 21. System #21 - NOT USED. 14 15 22. System #22 - NOT USED. 16 17 23. System #23 - NOT USED. 18 19 24. System #24,- NOT USED. 20 21 25. System #25 - NOT USED. 22 23 26. System #26 - Zinc -Rich, Aromatic Urethane Primer with Polyamide Epoxy or Aliphatic 24 Acrylic Polyurethane Enamel Top Coats. 25 26 P1 =90-97 Tneme -Zinc (Zinc -Rich Aromatic Urethane) VOC =3.10 27 1 coat, 3 mils. 28 F1= Series 66 Hi -Build Epoxoline (Polyamide Epoxy) VOC =3.42 29 1 coat, 3 mils 30 *F2= Series 66 Hi -Build Epoxoline (Polyamide Epoxy) 31 1 coat, 3 mils 32 *F2E= Series 74 Endura Shield (Aliphatic Acrylic VOC =2.80 33 Polyurethane Enamel) 34 1 coat, 2.5 mils 35 PART 3 - EXECUTION 36 3.1 ITEMS TO BE PAINTED 37 A. Exposed Exterior Surfaces including: 38 1. Piping, valves, and fittings. 39 2. Miscellaneous ferrous metal surfaces. 40 3. Pipe bollards. 41 4. Galvanized metal surfaces. 42 5. Copper and brass surfaces. 43 B. Vault Interiors: 44 1. Piping, valves, and fittings. 45 2. Miscellaneous ferrous metal surfaces. 46 3. Galvanized metal surfaces. 47 4. Copper and brass surfaces, except control valve piping. 48 C. New Equipment: 49 1. Paint new equipment, except 50 a. Where noted in Article 3.2. 51 b. Where specified elsewhere in the Contract Documents. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 09905.5 1 3.2 ITEMS NOT TO BE PAINTED 2 A. General: Do not paint items listed in Article 3.2 unless specifically noted in the Contract 3 Documents to be painted. 4 B. Items with Approved Factory Finish: 5 C. Electrical Equipment: 6 D. Other Items: 7 1. Stainless steel surfaces except: 8 a. Piping. 9 b. Banding as required identifying piping_ 10 2. Aluminum surfaces except: I I a. Where specifically shown in the Contract Documents. 12 b. Where imbedded in concrete. 13 c. Where in contact with dissimilar metals. 14 3. Fiberglass surfaces except: 15 a. Fiberglass piping. 16 b. Piping supports. 17 4. Interior of pipe, ductwork, and conduits. 18 5. Code labels and equipment identification and rating plates. 19 6. Galvanized steel grating except as stated in Section 3.3. 20 7. Copper tubing and brass valves and fittings on control valves 21 33 SCHEDULE OF ITEMS TO BE PAINTED AND PAINTING SYSTEMS 22 PAINTING 23 SYSTEM 24 NUMBER 25 A. Ferrous metals. 26 26 B. Galvanized Metals: 27 1. Field cut edge where top coat is required. 4 28 a. Prime paint only the cut edge. 29 2. Field touch -up of galvanized surfaces not requiring a finish 11 30 top coat. 31 a. Paint only damaged areas. 32 C. Pipe, Valves, and Fittings: 33 1. Steel, cast -iron, and uncoated ductile iron. 1 34 2. Brass and bronze. 3 35 D. Aluminum buried in concrete and between dissimilar 36 metals which are not below liquid level. 19 37 3.4 PREPARATION 38 A. General: 39 1. Prepare surfaces to be painted in accordance with coating manufacturer's instructions and this 40 Section. 41 2. Remove all dust, grease, oil, compounds, dirt and other foreign matter that would prevent 42 bonding of coating to surface. 43 3. Upon completion of preparation, but prior to application of coating, inform Engineer or paint 44 inspector so that preparation may be inspected. 45 B. Protection: 46 1. Protect surrounding surfaces not to be coated. 47 2. Remove and protect hardware, accessories, plates, fixtures, finished work, and similar items; 48 or provide ample in -place protection. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 09905 - 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Prepare and Paint Before Assembly: Where component is subject to corrosive environment, 2 prepare and paint, before assembly, all surfaces which may be subject to environment which are 3 inaccessible after assembly. 4 D. Ferrous Metal: 5 1. Complete fabrication, welding or burning before beginning surface preparation. 6 a. Chip or grind off flux, spatter, slag or other laminations left from welding. 7 b. Remove mill scale. 8 c. Grind smooth rough welds and other sharp projections. 9 2. Solvent clean in accordance with SSPC SP -1 all surfaces scheduled to receive additional 10 SSPC surface preparation. 11 3. Surfaces subject to corrosive environment and all surfaces subject to immersion service: 12 a. Near -white blast clean in accordance with SSPC SP -10. 13 4. Interior and exterior surfaces not subject to corrosive environment (including structural steel 14 surfaces): 15 a. Commercial blast clean in accordance with SSPC SP -6. 16 E. Galvanized Metal: 17 1. Solvent clean in accordance with SSPC SP -1 followed by abrasive brush blast in accordance 18 with SSPC SP -7 to provide 1 mil profile. 19 F. Abrasive blast clean the following equipment or surfaces regardless of previous finish, if any. 20 1. Bituminous coated ductile iron pipe where exposed. 21 G. Preparation by Abrasive Blasting: 22 1. All abrasive - blasted ferrous metal surfaces shall be inspected immediately prior to 23 application of paint coatings. 24 a. Inspection shall be performed to determine cleanliness and profile depth of blasted 25 surfaces and to certify that surface has been prepared in accordance with these 26 Specifications. 27 2. Schedule the abrasive blasting operation so blasted surfaces will not be wet after blasting and 28 before painting. 29 3. Perform additional blasting and cleaning as required to achieve surface preparation required. 30 Prior to painting, reblast surfaces allowed to set overnight or surfaces that show rust bloom. 31 a. Surfaces allowed to set overnight or surfaces that show rust bloom prior to painting shall 32 be reinspected prior to paint application. 33 4. Profile depth of blasted surface: Not less than 1 mil or greater than 2 mils unless required 34 otherwise by coating manufacturer. 35 5. Provide compressed air for blasting that is free of water and oil. Provide accessible separators 36 and traps. 37 6. Confine blast abrasives to area being blasted. 38 a. Provide shields of polyethylene sheeting or other such barriers to confine blast material. 39 b. Plug pipes, holes, or openings before blasting and keep plugged until blast operation is 40 complete and residue is removed. 41 7. Protect nameplates, valve stems, rotating equipment, motors and other items that may be 42 damaged from blasting. 43 8. Reblast surfaces not meeting requirements of these Specifications. 44 9. Abrasive blasting media may be recovered, cleaned and reused providing Contractor submits, 45 for Engineer's review, a comprehensive recovery plan outlining all procedures and equipment 46 proposed in reclamation process. 47 10. Properly dispose of blasting material contaminated with debris from blasting operation not 48 scheduled to be reused. 49 3.5 APPLICATION 50 A. General: 51 1. Paint inspector may observe coating application at all times to ensure that application is in 52 general compliance with the Specifications. _... .. City of Round Rock - East Transmission Line - Phase I 48 -inch Baum Hill Transmission Line - August 2002 09905 - 7 1 2. Thin, mix and apply coatings by brush, roller, or spray in accordance with manufacturer's 2 installation instructions. 3 a. Application equipment must be inspected and approved by coating manufacturer. 4 3. Temperature and weather conditions: 5 a. Do not paint surfaces when surface temperature is below 50 DegF unless product has 6 been formulated specifically for low temperature application or approved in writing by 7 Engineer and paint manufacturer's authorized representative. 8 b. Avoid painting surfaces exposed to hot sun. 9 c. Do not paint on damp surfaces. 10 4. Provide complete coverage to mil thickness specified. 11 a. Thickness specified is dry mil thickness. 12 b. All paint systems are to cover." In situations of discrepancy between manufacturer's 13 square footage coverage rates and mil thickness, mil thickness requirements govern. 14 c. When color or undercoats show through, apply additional coats until paint film is of 15 uniform finish and color. 16 5. If so directed by Engineer or paint inspector, do not apply consecutive coats until Engineer or 17 paint inspector has had an opportunity to observe and approve previous coats. 18 6. Apply materials under adequate illumination. 19 7. Evenly spread to provide full, smooth coverage. 20 8. Work each application of material into comers, crevices, joints, and other difficult to work 21 areas. 22 9. Avoid degradation and contamination of blasted surfaces and avoid intercoat contamination. 23 a. Clean contaminated surfaces before applying next coat. 24 10. Smooth out runs or sags immediately, or remove and recoat entire surface. 25 11. Allow preceding coats to dry before recoating. 26 a. Recoat within time limits specified by coating manufacturer. 27 b. If recoat time limits have expired reprepare surface in accordance with coating 28 manufacturer's printed recommendations. 29 12. Allow coated surfaces to cure prior to allowing traffic or other work to proceed. 30 13. Coat all aluminum in contact with dissimilar materials. 31 B. Prime Coat Application: 32 1. Prime all surfaces indicated to be painted. Apply prime coat in accordance with coating 33 manufacturer's written instructions and as written in this Section. 34 2. Ensure field - applied coatings are compatible with factory- applied coatings. 35 a. Employ services of coating manufacturer's qualified technical representative. 36 1) Certify thru material data sheets. 37 2) Perform test patch. 38 b. If field - applied coating is found to be not compatible, require the coating manufacturer's 39 technical representative to recommend, in writing, product to be used as barrier coat, 40 thickness to be applied, surface preparation and method of application. 41 c. At Contractor's option, coatings may be removed, surface reprepared, and new coating 42 applied using appropriate paint system listed in paragraph 2.2 E. 43 - 1) All damage to surface as result of coating removal shall be repaired to original 44 condition or better by Contractor at no additional cost to Owner. 45 3. Prime ferrous metals embedded in concrete to minimum of 1 IN below exposed surfaces. 46 4. Back prime all wood scheduled to be painted, prior to installation. 47 5. Apply zinc -rich primers while under continuous agitation. 48 6. Ensure abrasive blasting operation does not result in embedment of abrasive particles in paint 49 film. 50 7. Brush or spray bolts, welds, edges and difficult access areas with primer prior to primer 51 application over entire surface. 52 8. Touch up damaged primer coats prior to applying finish coats. Restore primed surface equal 53 to surface before damage. 54 C. Finish Coat Application: City of Round Rock - Eazt Transmission Line - Phase I 48 -inch Baron Hill Transmission Line - August 2002 09905 - 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Apply finish coats in accordance with coating manufacturer's written instructions and in 2 accordance with this Section. 3 2. Touch up damaged finish coats using same application method and same material specified 4 for finish coat. Prepare damaged area in accordance with Article 3.4. 5 3.6 FIELD QUALITY CONTROL 6 A. See Daily Field Log for Painting and Protective Coatings attached to this Section. 7 B. Maintain daily record showing: 8 1. Start date and time of work in each area. 9 2. Date and time of application for each following coat. 10 3. Moisture content of substrate prior to each coat 11 4. Provisions utilized to maintain temperature and humidity of work area within manufacturer's 12 recommended ranges. 13 5. Ambient conditions including air temperature, wet bulb temperature, relative humidity, dew 14 point, and surface temperature. 15 C. Measure wet coating with wet film thickness gages. 16 D. Measure coating dry film thickness in accordance with SSPC PA -2 using Mikrotest gage 17 calibrated against National Bureau of Standards "Certified Coating Thickness Calibration 18 Standards." 19 1. Engineer may measure coating thickness at any time during project to assure conformance 20 with Specifications. 21 E. Measure surface temperature of items to be painted with surface temperature gage specifically 22 designed for such. 23 F. Measure substrate humidity with humidity gage specifically designed for such. 24 G. Repair all holidays using same material as original coating being tested within recommended 25 recoat time. 26 14. Recoat as required until all holidays are covered. 27 3.7 CLEANING 28 A. Clean paint spattered surfaces. Use care not to damage finished surfaces. 29 B. Upon completion of painting, replace hardware, accessories, plates, fixtures, and similar items. 30 C. Remove surplus materials, scaffolding, and debris. Leave areas broom clean. 31 3.8 SCHEDULE 32 A. Color Schedule: 33 1. Colors will be selected by Owner during shop drawing review from suppliers standard color 34 chart. 35 END OF SECTION City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 09905 - 9 MI NE l= N MI M I• I•0111 MI M MN NM MN N lillll■ I• ha I Date: Name: General Description of Work Performed: Ambient Conditions: Air Temperature: Wet bulb Temperature: Relative Humidity: Surface Temperature: Dew Point: Notes: Surface Preparation: Type of Abrasive: Size of Abrasive: Degree of Cleanliness: Anchor Profile: Hours Left Uncoated: Approx. Square Footage: Additional Cleaning Methods: Notes: Coatings: Manufacturer: Batch Number Applic. WFT Coat: Product Name Color Part A Part B Part C Method Min Max 1 2 3 Mixing Notes: Thinner Used: Amount/Percent: Notes: 07225.031.036 DAILY FIELD LOG PAINTING AND PROTECTIVE COATINGS Location Time Value Location Time Value Batch Number: City of Round Rock Water System Improvements Contract No. 6 — 81 South Standpipe Demolition and Elevated Water Storage Tank Construction 09905 -A Prior DFT Min Max August 2000 DIVISION 15 MECHANICAL 1 1 1 4 PART 1- GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00L29 2 SECTION 15060 3 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Utility piping systems. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 09905 - Painting and Protective Coatings. 13 5. Section 15061 - Pipe: Steel. 14 6. Section 15062 - Pipe: Ductile. 15 7. Section 15100 - Valves: Basic Requirements. 16 1.2 QUALITY ASSURANCE 17 A. Referenced Standards: 18 1. American National Standards Institute (ANSI): 19 a. B16.3, Malleable Iron Threaded Fittings. 20 b. B16.5, Pipe Flanges and Flanged Fittings. 21 c. B16.9, Factory -Made Wrought Steel Butt- Welding Fittings. 22 d. B 16.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings 23 e. B16.26, Cast Copper Alloy Fittings for Flared Copper Tubes. 24 f. B40.1, Gauges - Pressure Indicating Dial Type - Elastic Element. 25 2. American National Standards Institute (ANSI) /American Water Works Association 26 (AWWA): 27 a ANSI/AWWA C110 /A21.10, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN 28 for Water and Other Liquids. 29 b. ANSI/AWWA Cl 15/A21.15, Flanged Ductile Iron Pipe with Threaded Flanges. 30 c. ANSI/AWWA C151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds or Sand - 31 Lined Molds for Water or Other Liquids. 32 3. American Society for Testing and Materials (ASTM): 33 a. Al26, Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe 34 Fittings. 35 b. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy 36 Steel for Moderate and Elevated Temperatures. 37 c. A536, Standard Specification for Ductile Iron Castings. 38 d. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer 39 Pipe. 40 4. American Water Works Association (AWWA): 41 a. B300, Standard for Hypochlorites. 42 b. C105, Polyethylene Encasement for Ductile Iron Pipe Systems. 43 c. C111, Rubber - Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 44 d. C200, Steel Water Pipe 6 IN and Larger. 45 e. C207, Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 46 IN. 47 f. C208, Dimensions for Fabricated Steel Water Pipe Fittings. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 15060 - I 1 g. C216, Heat - Shrinkable Cross - Linked Polyolefin Coatings for the Exterior of Special 2 Sections, Connections, and Fittings for Steel Water Pipelines. 3 h. C651, Standard for Disinfecting Water Mains. 4 i. M11, Manual of Water Supply Practices, Steel Pipe — A Guide for Design and 5 Installation. 6 5. Cast Iron Soil Pipe Institute (CISPI): 7 a. 301, Hubless Cast -Iron Sanitary System: With No Hub Pipe and Fittings. 8 6. Underwriters Laboratory, Inc. (UL). 9 B. Coordinate flange dimensions and drillings between piping, valves, and equipment 10 13 SYSTEM DESCRIPTION 11 A. Piping Systems Organization and Definition: 12 1. Piping services are grouped into designated systems according to the chemical and physical 13 properties of the fluid conveyed, system pressure, piping size and system materials of 14 construction. 15 2. Table A below defines each service classification, its symbol, and the designated system 16 classification number of each service. 17 20 1.4 SUBMITTALS SYMBOL PW TABLE A. PIPING SERVICES Potable Water 1 18 19 3. See PIPING SPECIFICATION SCHEDULES in PART 3. SERVICE SYSTEM 21 A. Shop Drawings: 22 1. See Section 01340. 23 2. Fabrication and/or layout drawings: 24 a. Piping drawings (minimum scale 1 IN equals 10 FT) with information including: 25 1) Dimensions of piping lengths. 26 2) Invert or centerline elevations of piping crossings. 27 3) Acknowledgement of bury depth requirements. 28 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, 29 harnessed joint segments, hydrants, and related appurtenances. 30 5) Acknowledge designated valve or gate tag numbers, manhole numbers, instrument 31 tag numbers, pipe and line numbers. 32 6) Line slopes and invert elevations at grade breaks. 33 7) Air release / Vacuum relief valves. 34 8) Blowoffvalves. 35 3. Hydrostatic pressure testing plan for installed pipe including location of temporary plugs, 36 inlets, outlets, and pressure gage connection. 37 4. Product technical data including: 38 a. Acknowledgement that products submitted meet requirements of pertinent standards 39 referenced. 40 - b. Copies of manufacturer's written directions regarding material handling, delivery, 41 storage and installation. 42 c. Master schedule showing piping appurtenances, pipe size, schedule of pipe, type linings 43 and coatings. 44 d. Technical product data on gaskets, pipe, fittings, and other components. 45 5. Qualifications: 46 a. Qualifications of lab performing disinfection analysis on water systems. 47 6. Test reports: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15060 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. Notification of time and date of piping pressure tests. 2 b. Copies of pressure test results on all piping systems. 3 c. Reports defining results of dielectric testing and corrective action taken. 4 d. Disinfection test report 5 e. Manufacturer's quality control reports from piping fabrications for every 20 joint of 6 pipe supplied. 7 f. Reports on electrical continuity between bonded joints. 8 B. Operation and Maintenance Manuals: 9 1. See Section 01340. 10 1.5 DELIVERY, STORAGE, AND HANDLING 11 A. Leave any manufacturer - installed pipe stulls in place until after pipe installation and backfilling. 12 B. Protect pipe coating during handling using methods recommended by manufacturer. Use of bare 13 cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. 14 C. Prevent damage to pipe during transit Repair abrasions, scars, scrapes, punctures, and 15 blemishes in accordance with pipe manufacturer's recommended procedures. If repair of 16 satisfactory quality cannot be achieved in the opinion of the Engineer, replace damaged material 17 immediately at no additional cost to the Owner. 18 PART2 PRODUCTS 19 2.1 ACCEPTABLE MANUFACTURERS 20 A. Subject to compliance with the Contract Documents, the following manufacturers are 21 acceptable: 22 1. Insulating unions: 23 a. "Dielectric" by Epco. 24 2. Dielectric flange kit: 25 a. PSI. 26 b. Maloney. 27 c. Central Plastics. 28 3. Harnessed Mechanical Couplings: 29 a. Dresser. 30 b. Smith Blair. 31 c. Baker. 32 d. Rockwell. 33 4. Restrained Joint Mechanical Couplings: 34 a. Brico. 35 5. Pipe saddles (for gage installation): 36 a. Dresser Style 91 (steel and ductile iron systems). 37 b. Dresser Style 194 (non - metallic systems). 38 B. Heat shrinkable protective sleeve: 39 1. Cross - linked polyolefin wrap or sleeve with a mastic sealant. 40 2. Comply with AWWA C216 and manufacturer's recommendations. 41 3. Minimum thickness: 60 mils. 42 4. Overlap coating on pipe by a minimum of 3 IN on each side of joint. Width of heat shrink 43 sleeve shall take into consideration shrinkage of sleeve due to installation and coupling or 44 joint profile. Overlapping of two or more heat shrink sleeves to achieve the necessary width 45 will not be permitted. 46 5. Acceptable manufacturers: 47 a. Canusa. 48 b. Raychem. City of Round Rock - East Transmission Line - Phase 1 48 -inch Baran Hill Transmission Line - August 2002 15060 - 3 1 c. Or approved equal. 2 C. Reinforced Concrete Pipe (RCP): 3 1. To be used as shown on Contract Drawings for miscellaneous valve vaults and other access 4 structures. 5 2. Provide ASTM C76 in diameter, thickness and length as shown on Contract Drawings. 6 3. Determine acceptability of RCP in all diameters and classes by appropriate ASTM plant 7 tests, including such tests to indicate specified strengths have been met prior to shipment. 8 4. If joints are required, provide sealed joints using continuous rubber gaskets conforming to 9 requirements of ASTM C361. Type of joint shall be spigot groove type with o -ring gasket 10 equivalent to US Bureau of Reclamation type R/4. 11 5. No special linings are required. 12 D. Submit requests for substitution in accordance with Specification Section 01640. 13 2.2 PIPING SPECIFICATION SCHEDULES 14 A. Piping system materials fittings and appurtenances are subject to requirements of specific piping 15 specification schedules located at the end of PART 3 of this Section. 16 2.3 COMPONENTS AND ACCESSORIES 17 A. Insulating Components: 18 1. Dielectric flange kits: 19 a. Flat faced. 20 b. 1/8 IN thick dielectric gasket, phenolic, non - asbestos. 21 c. Suitable for 175 psi, 210 DegF. 22 d. 1/32 IN wall thickness bolt sleeves. 23 e. 1/8 IN thick phenolic insulating washers. 24 2. Dielectric unions: 25 a, Screwed end connections. 26 b. Rated at 175 psi, 210 DegF. 27 c. Provide dielectric gaskets suitable for continuous operation at union rated temperature 28 and pressure. 29 B. Harnessed Mechanical Couplings: 30 1. Gasketed, sleeve -style flanged mechanical coupling, sized according to nominal pipe size 31 for specific Class, section and material. Each coupling shall consist of one steel middle 32 ring, two steel followers, or anchor studs as required, compounded -wedge section gaskets, 33 complete with trackhead bolts designed for adequate compression of the gaskets. Dresser 34 style 38 (steel pipe) or style 138 (for DIP), or approved equal. 35 2. Provide mechanical couplings at locations shown on Drawings or specified. 36 3. Provide hamesses and restraining bolts on all flexible couplings within restrained section of 37 pipeline. 38 a. Designed in accordance with AWWA M 11. 39 4. Provide couplings with following or equal coating: 40 a. Primer — Tnemec Series 69 -1211 Epoxoline Primer 11 (1 coat, 5 mils). 41 b. Second Layer — Tnemec Series 69 High -Build Epoxoline 11 (I coat, 5 mils). 42 c. Top Coat — Tnemec Series 73 Endum- Shield III (1 coat, 2.5 mils). The primer coat 43 shall be shop applied to the thickness specified. 44 5. Provide Dresserloy or equal bolts and nuts. 45 6. For buried service, provide heat shrinkable protective sleeve around each coupling. 46 a. Provide and install in accordance with AWWA C216. 47 C. Restrained Joint Mechanical Couplings: 48 1. Provide restrained joint mechanical couplings at locations shown on Drawings or specified. 49 2. Elastomeric gasket assembly comprises two o -ring gaskets and an elastomer sealing pad 50 bonded to a sealing plate. Gasket may be Isoprene, EPDM, or Buna -N conforming to 51 ASTM D2000 for water service within the temperature range of -20° to 180° F. _.. .... - City of Round Rock - East Transmission Line - Phase 1 45 -inch Barton Hill Transmission Line - August 2002 15060 - 4 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ' 31 32 33 35 1 35 36 37 ' 38 39 40 ' 4 42 43 44 1 45 46 47 ' 48 49 ' 50 51 1 1 3. Coupling shall be manufactured from ASTM A36 steel and of the split - sleeve type with a double arch cross section that closes around pipe ends with steel end rings affixed for pipe end restraint. 4. Steel end rings shall conform to ASTM A108 and 1018. One end ring is welded to each pipe end, fitting beneath the coupling. 5. Bolts and nuts shall conform to ASTM A325, minimum tensile strength equal to 105,000 psi. 6. Provide couplings with following or equal interior and exterior coating: a. Primer — Tnemec Series 69 -1211 Epoxoline Primer 11 (1 coat, 5 mils). b. Second Layer — Tnemec Series 69 High -Build Epoxoline 11 (1 coat, 5 mils). c. Top Coat — Tnemec Series 73 Endura - Shield III (1 coat, 2.5 mils). The primer coat shall be shop applied to the thickness specified. 7. Installation of Restrained Joint Couplings a. Inspect each coupling to ensure that there are no damaged portions of the coupling. Particular attention should be paid to the sealing pad/sealing plate area. b. Before installation of the couplings, each coupling shall be thoroughly cleaned of any foreign substance. c. In no case shall the deflection in the joint between pipe ends exceed the maximum deflection recommended by the coupling manufacturer. No joint shall be misfit any amount that will be detrimental to the strength and water tightness of the finished joint The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. d. Wrenches used shall be of a type and size recommended by the manufacturer. Bolts shall be tightened so as to secure uniform gasket compression between the coupling and the body of the pipe with all bolts tightened approximately the same amount. Final tightening shall be by hand wrenches and is complete when the coupling is in uniform contact around the circumference of the pipe. Final tightening is not to be done using air impact wrenches. 8. For buried service, provide heat shrinkable protective sleeve around each coupling. a. Provide and install in accordance with AWWA C216. D. Insulated Mechanical Couplings 1. Gasketed, sleeve -style flanged mechanical coupling shall be Smith Blair No. 416 or No. 417 (harnessed type). or approved equal and sized according to nominal pipe size for specific Class, section and material. Each coupling shall consist of one steel middle ring, two or more steel anchor studs or two steel followers, compound wedge section gaskets, complete with trackhead bolts, designed for adequate compression of the gaskets, and with insulation boot. 2. For buried service, provide heat shrinkable protective sleeve around each coupling. a. Provide and install in accordance with AWWA C216. 3. Provide where indicated on Drawings and include in unit price for pipe, E. Reducers: 1. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment connections. Connection size requirements may change from those shown on Drawings depending on equipment furnished. F. Protective Coating and Lining: 1. Include pipe, finings, and appurtenances where coatings, linings, paint, tests and other items are specified. G. Valves: 1. See Section 15100 and individual Sections for valves. PART 3 - EXECUTION 3.1 EXTERIOR BURIED PIPING INSTALLATION City of Round Rock - Fast Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15060 - 5 1 A. Unless otherwise shown on the Drawings, provide a minimum of 4 FT and maximum of 12 FT 2 earth cover over exterior buried piping systems and appurtenances. 3 B. Install expansion devices as recommended by pipe manufacturer to allow expansion and 4 contraction movement. 5 C. Laying Pipe In Trench: 6 1. Excavate and backfill trench in accordance with Section 02221. 7 2. Clean inside each pipe length thoroughly and inspect for compliance with Specifications. 8 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 9 4. Install gasket or joint material according to manufacturer's directions after joints have been 10 thoroughly cleaned and examined. 11 5. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water 12 except where approved by Engineer. 13 6. Seal open end of line with watertight plug when pipe laying is stopped. 14 7. Remove water in trench before removal of plug. 15 D. Lining Up Push -On Joint Piping: 16 1. Lay piping on alignment and grade lines shown on Drawings. 17 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 18 3. Do not exceed maximum deflection values stated in manufacturer's written literature. 19 4. Provide special bends when specified or where required alignment exceeds allowable 20 deflections. 21 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, 22 as represented by specified maximum deflection, is not exceeded. 23 E. Bond joints electrically as designated on the Contract Drawings: 24 1. Joints shall be bonded as detailed on the drawings. 25 a. Welds shall be made using the powder welding process (self - heating, copper - 26 depositing, mixture similar to the Thermit process), and shall be made as recommended 27 by the manufacturer of the welding equipment. The Cadweld process by Erico 28 Products, Inc., or approved equal, shall be used. All welds shall be cleaned by 29 removing excess slag and tested with a hammer for good bond. Defective welds shall 30 be remade and retested until a good bond is obtained. The formed terminal welds shall 31 be protected using a prefabricated assembly specifically designed for protecting wire 32 leads bonded to a pipe surface. The Royston Handy Cap 2, or approved equal, shall be 33 used and shall be installed as recommended by the manufacturer of the applied product. 34 Any exposed pipe metal remaining after application of the prefabricated assembly shall 35 be coated with Royston Roskote Mastic, R28, or approved equal. 36 F. Corporation Stops: 37 1. Acceptable Manufacturers: 38 a. Mueller Co. 39 b. Ford Co. 40 c. McDonald. 41 d. Or approved equal 42 2. Provide ball type corporation stop in accordance with ANSIJAWWA C300. 43 3. Provide 300 psig maximum working pressure. 44 4. Provide threaded inlet and copper flare straight connection for outlet. 45 G. Anchorage and Blocking: 46 1. Provide reaction blocking, anchors, joint harnesses, or other acceptable means for 47 preventing movement of piping caused by forces in or on buried piping tees, wye branches, 48 plugs, or bends. 49 2. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. 50 Concrete blocks shall not cover pipe joints. 51 3. Provide bearing area of concrete in accordance with Drawing details. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15060 - 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 H. Provide polyethylene wrap for all ductile iron pipe in accordance with AWWA C105, Method A. 2 Provide all joints with double wrap unless designated otherwise on Drawings, in specifications, 3 or as directed by the Engineer. 4 1. Provide heat shrinkable protective sleeves for steel pipe joints and for all couplings on both 5 ductile iron and steel pipe. 6 J. Provide encasement of carrier pipe where indicated on Drawings. 7 1. See Section 02224 - Pipeline Undercrossings. 8 K. Install insulating components where dissimilar metals (pipe types) are joined together. 9 3.2 PIPE MONITORING SYSTEM FOR CORROSION DETECTION 10 A. Provide corrosion monitoring stations on pipeline where shown on the Drawings. 11 B. Make all connections from wire or cable by Thermit weld accomplished by operators 12 experienced in this process. 13 C. Install all cables with a loop and overhead knot around each pipe and slack equal to at least 50 14 percent of the straight -line length. 15 D. After Cadwelding, coat all exposed metallic surfaces with Royston Roskote Mastic, R28, or 16 approved equal. 17 3.3 CATHODIC PROTECTION 18 A. Isolate, dielectrically, all piping from all other metals including reinforcing bars in concrete 19 slabs, other pipe lines, and miscellaneous metal. 20 3.4 CONNECTIONS WITH EXISTING PIPING 21 A. Where connection between new work and existing work is made, use suitable and proper fittings 22 to suit conditions encountered. 23 B. Install insulating components where dissimilar metals are joined together. 24 C. Perform connections with existing piping at time and under conditions which will least interfere 25 with Owner's operation of existing facilities. Coordinate timing with Owner. 26 D. Provide suitable equipment and facilities to dewater, drain, and dispose of liquid removed 27 without damage to adjacent property. 28 E. Where connections to existing systems necessitate employment of past installation methods not 29 currently part of trade practice, utilize necessary special piping components. 30 F. Where connection involves potable water systems, provide disinfection methods as prescribed in 31 Paragraph 3.6 herein. 32 G. Once tie-in to each existing system is initiated, work continuously until tie -in is made and tested. 33 3.5 FIELD QUALITY CONTROL 34 A. Hydrostatic Pressure Testing of Pipe: 35 1. Utilize pressures, media and pressure test durations as specified herein under Piping 36 Schedule, Paragraph 3.9.A.1.b. 37 2. Test pressure to be measured at lowest point of system being tested. Test pressure at highest 38 point of system being tested shall not be less than 75 percent of test pressure required at 39 lowest point 40 3. Submit plan for pressure testing of transmission line to Engineer for review and approval 41 prior to testing. See Paragraph 3.6.B. herein. 42 4. Pressure test buried piping systems upon completion of installation and backfill. 43 5. Do not paint exposed piping until successful performance of pressure testing. 44 6. Provide temporary restraints for expansion joints for additional pressure load under test. City of Round Rock - East Transmission line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15060 - 7 1 7. Isolate equipment and pipe in system with rated pressure lower than pipe being tested. 2 8. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring 3 equipment to determine leakage rates. 4 a. Select each gage so that the specified test pressure falls within the upper half of the 5 gage's range. 6 b. Notify Owner and Engineer 48 HRS prior to each pressure test 7 9. Completely assemble and test new piping systems prior to connection to existing piping 8 systems. 9 10. Acknowledge satisfactory performance of tests and inspections in writing to Engineer prior 10 to final acceptance. 11 11. All observed leaks shall be repaired regardless of leakage measurements. 12 12. Bear the cost of all testing and inspecting, locating and remedying of leaks and any 13 necessary retesting and re- examination. 14 13. Owner to furnish potable water for testing during time period(s) least disruptive to operation 15 of existing facilities, as determined by the Owner. 16 B. Electrical Continuity Testing: 17 1. Perform testing to demonstrate electrical continuity across the pipe joints. 18 a. Perform testing between corrosion monitoring stations. 19 2. Perform testing to demonstrate electrical discontinuity across isolation joints and insulated 20 couplings. 21 C. Dielectric Testing: 22 1. Provide electrical check between metallic non - ferrous pipe or appurtenances and ferrous 23 elements of construction to assure discontinuity has been maintained. 24 2. Wherever electrical contact is demonstrated by such test, locate the point or points of 25 continuity and correct the condition. 26 3.6 CLEANING, DISINFECTION, AND FLUSHING 27 A. Cleaning and Protection: 28 1. Perform in accordance with AWWA C65I, Standard for Disinfecting Water Mains. 29 2. Clean interior of pipe thoroughly before installing. 30 3. Maintain pipe in clean condition during installation. If in the opinion of the Engineer, the 31 pipe contains dirt that will not be removed by flushing, the pipe interior shall be cleaned and 32 swabbed with bactericidal solution. If the pipeline becomes contaminated during 33 construction, the Preventive and Corrective Measure During Construction, as outlined in 34 AWWA C651, shall be employed. 35 4. At close of day's work or whenever workmen are absent from jobsite, plug, cap or 36 otherwise provide watertight seal from open ends of pipe to prevent ingress of foreign 37 material. If water is in trench, seal shall remain in place until trench is pumped dry. 38 5. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other 39 foreign materials that may have entered the system. 40 6. At completion of work and prior to Final Acceptance, thoroughly clean work installed under 41 these Specifications. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal 42 cuttings, and sludge that may have accumulated by operation of system, from testing, or 43 from other causes. 44 B. Backflow Prevention Requirements: 45 I. In accordance with AWWA C651, all final connections to existing mains may not occur 46 until the new pipeline has been successfully pressure tested, disinfected, and flushed. 47 2. Contractor shall provide temporary connections from the existing distribution system at the 48 tie -in points (or other locations approved by the Owner) for filling the new pipeline with 49 water and flushing. These connections shall be provided with double check valves to 50 prohibit the backflow of water to the distribution system. Temporary connections shall be 51 monitored at all times when in place to ensure that contamination of the potable system does 52 not occur. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15060 -8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 51 3. The new pipeline shall be physically disconnected from the distribution system during disinfection contact and pressure testing. 3 C. Disinfection and Flushing of Potable Water Systems: 4 1. After favorable performance of pressure test and prior to Final Acceptance, perform 5 disinfection, flushing, and testing as prescribed herein. 6 2. Perform work, including preventative measures during construction, in full compliance with 7 AWWAC651. 8 3. Prior to application of disinfectants, clean pipelines of any loose materials that might 9 become suspended. Flush pipelines in accordance with AWWA C651 until discharged 10 water is clear of color and suspended materials. Provide temporary pipes, ditches, and other 11 conduits as needed to dispose of flushing water without damage to adjacent properties. 12 Operate valves at least once during flushing. 13 4. Perform disinfection using sodium hypochlorite complying with AWWA B300 and 14 ANSI/NSF 61. 15 5. Use continuous feed method of application. Allow freshwater and disinfectant to flow into 16 pipe at a measured rate so that solution is at a consistent concentration. Do not place 17 concentrated commercial disinfectant in pipeline before it is filled with water. 18 6. Tag system during disinfection procedure to prevent use. 19 7. During disinfection procedure, ensure that initial and residual chlorine concentrations meet 20 AWWA C651 requirements by testing by an approved method as directed by the Owner. 21 8. Owner will designate locations for securing bacteriological samples and assist with sample 22 collection. 23 9. Owner will provide sampling and bacteriological test (one time per system) at no cost to 24 Contractor. 25 10. Following disinfection for required contact period and passing of all bacteriological 26 samples, neutralize chlorine residual in water by treating with reducing agent (refer to 27 appendix of AWWA C651). Flush all treated water from pipeline at its extremities until 28 replacement water throughout pipe is, upon testing, proved comparable in quality to water in 29 existing system. Take two samples to test for bacteriological quality as directed by 30 Engineer. Repeat disinfection procedure until two satisfactory results are obtained. 31 11. After pipeline has been flushed to remove disinfectant, complete final connections to 32 existing mains. Disinfect connections as required in AWWA C651. 33 12. Drain all flushing water to a location approved by Owner. 34 13. Quality of water delivered by the new water main to remain satisfactory for a minimum 35 period of 2 days. 36 15. Cost of disinfection, flushing, and coordination of testing of potable water systems shall be 37 included in the lump sum price bid for disinfecting, flushing, and pressure testing new 38 transmission lines. 39 16. The Owner will provide the water required to fill the main initially and will pay for the 40 water required to flush the main once- Filling and flushing shall be performed during 41 periods of low usage, generally between the hours of 11:00 PM and 5:00 AM. Flushing 42 water will be based on a maximum of 8 HRS total. Any additional refilling or reflushing 43 will be at the Contractor's expense at the City's commercial water rates. 44 3.7 LOCATION OF BURIED OBSTACLES 45 A. Furnish exact location and description of buried utilities encountered and thrust block placement. 46 B. Reference items to definitive reference point locations such as found property comers, entrances 47 to buildings, existing structure lines, fire hydrants and related fixed structures. 48 C. Include such information as location, elevation, separation, coverage, supports and additional 49 pertinent information. 50 D. Incorporate information on "As- Recorded" Drawings. City of Round Rock - East Transmission Line - Phase 1 48 -inch Baton Hill Transmission Line - August 2002 15060 - 9 Material Specification Section Pressure Class Required (psi) Leakage Test Pressure* (psi) Allowable Leakage (gal/day /mi/inch dia.) Steel Pipe 15061 Per Drawings 1.25 x pressure class 11 Ductile Iron Pipe 15062 Per Drawings 1.25 x pressure class 11 1 3.8 TESTING SCHEDULES AND ALLOWABLE LEAKAGE 2 A. Leakage test pressure and allowable leakage for piping. 3 4 5 6 3.9 PIPING SCHEDULE * To be measured at lowest point of system being tested. 9 A. Piping Specification Schedule — System 1 10 1. General: 11 a. Piping symbol and service: 12 1) PW - Potable Water. 13 b. Testing requirements: 14 1) Test medium: Water. 15 2) Pressure test: 1.5 x pressure class (measured at lowest point of system being tested) 16 for 10 minutes. 17 3) Leakage test : 1.25 x pressure class (measured at lowest point of system being 18 tested) for 4 hours. 19 c. Gaskets and 0-zings: 20 1) 0-rings: Neoprene or rubber. 21 2) Flanged, push -on and mechanical joints (ductile iron): Rubber, AWWA C111. 22 3) Flanged joints (steel): Rubber, ANSI C207. 23 2. System components: 24 a. Pipe size: 8 IN through 48 IN. 25 1) Buried service: 26 a) Materials: Ductile iron or steel. 27 b) Reference: ANSI C151 (ductile) or AWWA C200 (steel). 28 c) Lining: Cement, NSP certified. 29 d) Coatings: 30 (1) Ductile Iron: Bituminous, with polyethylene encasement. 31 (2) Steel: Polyurethane. 32 e) Fittings: 33 (1) Ductile Iron: Either ANSI C110 ductile or gray iron. 34 (2) Steel: AWWA C208. 35 f) Joints and fittings: Restrained lengths as required on the Drawings and pipe 36 laid through all cased bores. 37 END OF SECTION City of Round Rock - East Transmission Line - Phase! 48 -inch Barton Hill Transmission Line - August 2002 15060 - 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 PART 1- GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00L29 2 3 SECTION 15061 PIPE: STEEL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Steel pipe, fittings, and appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 09905 - Painting and Protective Coatings. 13 5. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American National Standards Institute (ANSI): 17 a ANSI/NSF Standard 61. 18 2. American Society for Testing and Materials (ASTM): 19 a. A36, Standard Specification for Carbon Structural Steel. 20 b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile 21 Strength. 22 c. A.570, Standard Specification for Steel, Sheet and Strip, Carbon, Hot - Rolled, Structural 23 Quality. 24 d- C33, Specifications for Concrete Aggregates. 25 e. C35, Specifications for Inorganic Aggregates for Use in Gypsum Plaster. 26 f. C150, Specifications for Portland Cement. 27 g. E165, Practice for Liquid Penetrant Inspection Method. 28 3. American Water Works Association (AWWA): 29 a. C200, Steel Water Pipe 6 IN and Larger. 30 b. C205, Cement - Mortar Protective Lining and Coating for Steel Water Pipe 4 IN and 31 Larger — Shop Applied. 32 c. C206, Field Welding of Steel Water Pipe. 33 d. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4 IN through 1441N. 34 e. C208, Dimensions for Steel Water Pipe Fittings. 35 f. C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water 36 Pipelines. 37 g. C216, Heat - Shrinkable Cross - Linked Polyolefin Coatings for the Exterior of Special 38 Sections, Connections, and Fittings for Steel Water Pipelines. 39 h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe Fittings. 40 i. C602, Cement - Mortar Lining of Water Pipelines, 4 IN and Larger — In- Place. 41 j. D16, Paint, Varnish, Lacquer, and Related Products. 42 k. D522, Mandrel Bend Test of Attached Organic Coatings. 43 1. Manual M11, Steel Pipe - A Guide for Design and Installation. 44 4. Steel Structures Painting Council (SSPC): 45 a. SP -1, Solvent Cleaning. 46 b. SP -10, Near -White Blast Cleaning. 47 c. PA2, Measurement of Dry Paint Thickness with Magnetic Gages. 48 d. PA/Guide 3, A Guide to Safety in Paint Application. City of Round Rock - East Transmission Line - Phase 1 46 -inch Barton Hill Transmission Line - August 2002 15061 - 1 1 e. PS /Guide 17, A Guide for Selecting Urethane Painting Systems. 2 B. Qualifications: 3 1. Pipe and fittings shall be the product of one manufacturer that has at least five (5) years of 4 successful experience manufacturing pipe and fittings of the particular type and size 5 indicated. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed 6 at one location and shall comply with these specifications as applicable. The lining shall be 7 shop applied spun cement - mortar lining. The manufacturer shall be certified under SPFA 8 quality certification program for steel pipe and accessory manufacturing. 9 2. Application of coating material including preparation of surfaces and coating of pipe, 10 fittings, and specials in shop, repairs of any coating damage occurring during shipment or 11 any other time, and field coating of ends where coatings have been held back for welded 12 field joints, shall be done by an established and recognized coating applicator acceptable to 13 Engineer. Coating manufacturer shall have a minimum of five (5) years of successful 14 experience in the production and application of the polyurethane coating specified. 15 3. Use only certified welders meeting procedures and performance outlined in Section 9 of the 16 ASME, Section 3.3.3 of AWWA C200 and other codes and requirements per local building 17 and utility requirements. 18 4. Contractor shall have demonstrated experience in the procurement and installation of steel 19 pipe of the size and class specified herein. 20 C. Owner Testing and Inspection: 21 1. Pipe shall be inspected and tested at the manufacturing facility, which may be witnessed by 22 the Owner and Engineer. 23 2. The Owner shall have the right to have any or all piping, fittings or specials inspected and 24 tested by an independent testing agency at the manufacturing facility or elsewhere. Such 25 inspection and testing will be at the Owner's expense. The pipe manufacturer shall notify 26 the Owner in writing, a minimum of two weeks prior to the pipe fabrication so that the 27 Owner may advise the pipe manufacturer as to the Owner's decision regarding tests to be 28 performed by an independent testing agency. 29 3. Mark as rejected and immediately remove from the jobsite, or repair to the Owner's 30 satisfaction, all pipe lengths and fittings exhibiting signs of damage to the lining, coating, 31 joints or pipe wall. 32 4. Material, fabricated parts, and pipe that are discovered to be defective, or which do not 33 conform to the requirements of this specification shall be subject to rejection at any time 34 prior to Owner's final acceptance of the product. 35 D. Factory Testing: 36 1. Pipe manufacturer shall perform all tests as required by the applicable AWWA standards 37 and as listed herein. 38 2. Pressure testing: 39 a. Each joint of pipe shall be hydrostatically pressure tested prior to application of lining 40 and coating. The internal test pressure shall be that which results in a fiber stress equal 41 to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall 42 be completely watertight under the maximum test pressure. Pipe manufacturer shall 43 maintain a record of the pressure, duration, and mark number for each pressure test. 44 b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by 45 hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be 46 made by applying air to the welds under 10 PSI and checking for leaks around and 47 through the welds with a soap solution. 48 3. Lining: 49 a. Test shop- applied cement -mortar lining in accordance with AWWA C205. 50 4. Coating: 51 a. Test shop- applied polyurethane coating in accordance with AWWA C222. 52 b. Thiclmess of the coating shall be tested in accordance with SSPC PA2. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15061 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c. Coating system shall be tested for holidays according to the procedures outlined in 2 NACE RPO 188 using a wet sponge holiday tester or a high - voltage spark tester 3 (operating at 100 Volts/Mil), for the dry film thickness specified of 30 Mil. 4 E. Manufacturers' Field Services During Construction: 5 1. The pipe manufacturer shall furnish the services of a field technician who is qualified to 6 advise and instruct the Contractor as necessary in pipe handling, laying, and jointing 7 applications. The field technician need not be on -site full time, but shall be on -site during 8 the first two weeks of pipe laying and thereafter as requested by the Engineer or Contractor. 9 2. The pipe manufacturer shall provide the services of field representatives from the coating 10 manufacturer and heat shrink joint wrap manufacturer for a period of not less than one week 11 at the beginning of actual pipe laying. The representatives shall be qualified to advise and 12 instruct the Contractor on storage and handling of materials, cleaning and surface 13 preparation, field applied coating, coating repairs, installation procedures and general 14 construction methods and how such methods may affect pipe coating. If in the opinion of 15 the Engineer, the coatings or application procedures being used by the Contractor do not 16 comply with the specifications, the applicable manufacturer's representative(s) shall be 17 required to return at no additional cost to the Owner. 18 1.3 SUBMITTALS 19 A. Shop Drawings: See Sections 01340 and 15060. 20 1. Pipe lay schedules. 21 2. Calculations for pipe design and fittings reinforcement. 22 3. Design Certification stating that the pipe to be furnished complies with AWWA Standards 23 C200, C205 and C222, and these specifications. 24 4. Mill certificates. 25 5. Copies of factory hydrostatic test reports. 26 6. Current Certified test reports for welder certification for field welds. 27 7. Factory weld test reports. 28 8. Coating manufacturer's qualifications and procedures for shop and field applied coating. 29 9. Polyurethane coating manufacturer's and heat shrink joint wrap manufacturer's catalog 30 sheets and technical information. 31 10. Certification of shop holiday testing on pipe coating system. 32 1.4 DELIVERY, STORAGE AND HANDLING 33 A. Pipe shall be sculled as required to maintain roundness of +/- 1.0 percent during shipping, 34 handling, and placement. Stalls shall remain in place until after the pipe is installed and backfill 35 is compacted. 36 B. Coated pipe shall be shipped on padded bunks with nylon belt tie down straps or padded banding 37 located approximately over stuffing. 38 C. Coated pipe shall be stored on padded skids, sand berms, sand bags, old tires or other suitable 39 means so that coating will not be damaged 40 D. Coated pipe shall be handled with wide nylon belt slings. Chains, cables, steel forks or other 41 equipment likely to cause damage to the pipe or coating shall not be used. 42 E. Prior to shipment and again after the pipe is laid in the trench, the pipe shall be visually 43 inspected for damage to the coating by the following procedure: 44 1. When visual inspections show a portion of the coating has sustained physical damage, the 45 area in question shall be subjected to an electrical holiday test up to 30,000 volts. 46 2. When the area is tested and there are no holidays detected, then the area shall be noted OK 47 and shipped with no patching required. 48 3. When the area is tested and reveals that there are holidays, the coating shall be repaired in 49 accordance with AW WA C222 and the coating manufacturer's instructions. 50 4. Repair heat shrink joint wrap in accordance with manufacturer's instructions. City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 15061 - 3 1 F. Markings: 2 1. Each joint of pipe and each fitting shall have plainly marked on one end, the pressure class, 3 date of production, and identification number relating it to the approved laying drawings. 4 2. The top centerlines shall be marked on all specials. 5 PART2 PRODUCTS 6 2.1 MATERIALS 7 A. Steel pipe: 8 1. Steel shall meet the requirements of AW WA C200 and shall be of continuous casting. 9 2. Pipe grade: ASTM A139, Grade C. 10 3. Minimum yield strength: 42,000 PSI. 11 4. Steel shall be homogeneous, suitable for field welding, fully killed, and fine austenitic grain 12 size. 13 B. Adaptors and Couplings: Subject to compliance with the Contract Documents, the following 14 products and manufacturers are acceptable: 15 1. Flanged adaptors: 16 a. Rockwell Style 913. 17 b. Dresser Style 128. 18 c. Or approved equal. 19 2. Insulating couplings: 20 a. Rockwell Style 416. 21 b. Dresser Style 39. 22 c. Or approved equal. 23 3. Reducing couplings: 24 a Rockwell Style 415. 25 b. Dresser Style 62. 26 c. Or approved equal. 27 4. Transition coupling: 28 a. Rockwell Style 413. 29 b. Dresser Style 62. 30 c. Or approved equal. 31 5. Compression sleeve coupling: 32 a. Rockwell Style 411. 33 b. Dresser Style 38. 34 c. Or approved equal. 35 6. Mechanical couplings and fittings: 36 a. Dresser Style 38. 37 b. Baker Coupling. 38 c. Or approved equal. 39 7. Restrained joints: 40 a. Brico Industries. 41 b. Or approved equal. 42 C. Cement - mortar lining shall be shop - applied and conform to the requirements of AW WA C205. 43 Curing of the linings shall conform to requirements of AW WA C205. 44 D. Mortar for interior joints and for patching shop - applied cement - mortar lining: 45 1. One part ASTM C150, Type I cement to two parts sand. 46 2. Sand shall be silica base. 47 3. Sand shall be plaster sand meeting ASTM C35. 48 4. Cement and sand shall be dry mixed. 49 E. Bonding agent for cement - mortar lining patching: 50 1. Acceptable products: City of Round Rack - East Transmission Line - Phase 1 48 -inch Barron Hill Transmission Line - August 2002 15061 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. Sikadur 32 Hi -Mod. 2 b. Or approved equal. 3 F. Exterior polyurethane coating: 4 1. Applied in pipe manufacturer's shop. 5 2. Minimum dry fihn thickness: 30 mils. 6 3. High solids coating capable of being applied in one pass of the application equipment. 7 4. Fast set, 1:1 mix ratio, two- component product that cures to a firm hard flexible coating, 8 which is holiday -free, resistant to chipping and cracking, and will not shrink during the 9 curing process. 10 5. The polyurethane coating shall meet the following requirements: 11 a. Solids content per ASTM D1259, Method A: 99% plus /minus 1 %. 12 b. Application temperatures: Minus 40 degrees F to plus 130 degrees F. 13 c. Minimum adhesion: 1,000 PSI when applied to steel pipe that has been blasted to 14 comply with SSPC- SP10. 15 d. Initial set time: 1 minute at 70 degrees F. 16 e. Ultimate cure time: 7 days at 70 degrees F. I7 f. Minimum tensile strength: 2,000 PSI. 18 g. Hardness per ASTM D2240 Shore D: 65 plus/minus 5 at 70 degrees F. 19 h. Flexibility per ASTM D522: 20 1) 180 degrees over a 1 -IN mandrill at 75 degrees F. 21 2) 180 degrees over a 2 -IN mandrill at 0 degrees F. 22 i. Impact resistance per ASTM G14 at 20 mils thickness: 50 inch- pounds minimum. 23 j. Dielectric strength per ASTM D 149: >200 volts per mil. 24 k. Permeability per ASTM E96 at 15 mil thickness: <5.0 x 10` perm inches. 25 I. Coated pipe must pass a holiday test with a low -pulse electronic holiday detector with a 26 maximum voltage set at 100 volts per mil of coating thickness. 27 6. Acceptable products and manufacturers: 28 a. CORROPIPE II TX -15 by Madison Chemical Industries Inc. 29 b. Or approved equal. 30 G. Exterior polyurethane coating for field applications: 31 1. Field - applied coating shall have same properties as specified in Paragraph 2.2 C above. 32 2. Mix and apply in accordance with coating manufacturer's recommendations. 33 3. Minimum dry film thickness: 30 mils. 34 4. Acceptable products and manufacturers: 35 a. CORROPIPE II TX Touch -Up by Madison Chemical Industries Inc. 36 b. Or approved equal. 37 H. Heat shrinkable protective sleeve: 38 1. Cross - linked polyolefin wrap or sleeve with a mastic sealant. 39 2. Comply with AWWA C216 and manufacturer's recommendations. 40 3. Minimum thickness: 60 mils. 41 4. Overlap polyurethane coating on pipe by a minimum of 3 IN on each side of joint. Width of 42 heat shrink sleeve shall take into consideration shrinkage of sleeve due to installation and 43 joint profile. Overlapping of two or more heat shrink sleeves to achieve the necessary width 44 will not be permitted. 45 5. Acceptable manufacturers: 46 a. Canusa. 47 b. Raychem. 48 c. Or approved equal. 49 2.2 MANUFACTURED UNITS 50 A. Pipe: 51 1. Buried steel pipe: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barron Hill Transmission Li. - August 2002 15061 -5 1 a. Buried steel pipe shall be designed, manufactured, and tested by the pipe manufacturer 2 in conformance with AWWA C200, AWWA Manual M -11, and with criteria specified 3 herein. 4 b. Unless otherwise shown on the Drawings, the minimum thickness of buried steel pipe 5 shall be as specified in Paragraph 2.3A in this specification. 6 c. Pipe shall be designed for working pressures as shown in the Bid Form and Drawings 7 with an additional allowance for surge. 8 d. Pipe and fittings shall be designed in compliance with AWWA Ml l to withstand the 9 most critical simultaneous applications of internal pressures and external loads. 10 1) Pipe will be designed for operating pressure required in the Bid Form and 11 Drawings, and the criteria required in these specifications. 12 a) Working Pressure: As indicated on the Bid Form and Drawings. 13 b) Surge Pressure: 100 psi or 50% of working pressure specified, whichever is 14 greater. 15 c) Design of pipe shall be for working pressure and surge pressure acting 16 simultaneously. 17 d) The design stress in the pipe wall due to working pressure shall be no greater 18 than 50% of the minimum yield strength. 19 e) The design stress in the pipe wall due to the maximum load of surge plus 20 working pressure or test pressure alone, whichever is greater, shall not exceed 21 75% of the minimum yield strength. 22 2) External loading: 23 a) External loads shall be comprised of the weight of the backftll together with 24 live and impact loads. Earth loads shall be calculated based on ditch and 25 positive projecting conduit. The earth load for the pipe design shall be the 26 greater of the above two conditions. 27 b) External live loads shall be at least equivalent to AASHTO 115 -20 loading. 28 c) Modulus of soil reaction (E') =1000 psi. 29 d) Unit weight of fill (w) =120 pcf. 30 e) Deflection lag factor (D1)=(1.0). 31 f) Bedding constant (K) =0.10. 32 g) Maximum allowable deflection in percent of pipe ID shall be 3 %. 33 e. Where pipe requires additional external support to achieve the specified maximum 34 deflection, the Contractor and pipe supplier will be required to furnish alternate 35 methods for pipe embedment. 36 f. The Contractor shall verify pipe grades on the Drawings after existing utilities are 37 located. Vertical alignment changes required because of existing utility or other 38 conflicts shall be accommodated by an appropriate change in pipe design depth in 39 accordance with details shown on the Drawings. In no case shall pipe be installed 40 deeper than its design allows. 41 g. Restrained sections of pipe shall be designed to transmit the force produced by the load 42 of surge plus working pressure or test pressure alone, whichever is greater, without 43 exceeding allowable 75% of minimum yield strength. 44 B. Fittings: 45 1. Fittings shall be fabricated in accordance with AWWA C200 Section 4 from pipe 46 conforming to the above standards. 47 2. Fittings shall conform to the dimensions of AWWA C208 or may be fabricated into 48 standard or special pipe lengths. Elbows over 0 degrees through 22 -1/2 degrees shall be two 49 piece; over 23 degrees through 45 degrees shall be three piece; over 45 degrees through 67- 50 1/2 degrees shall be four piece; and over 67 -1/2 degree through 90 degrees shall have a 51 minimum radius of 2 -1/2 times the pipe O.D. All tees, laterals and outlets shall be 52 reinforced in accordance with AWWA MI1. 53 C. Joints: City of Round Rock - East Transmission tine - Phase I 48 -inch Barron 1 Transmission Line • August 2002 15061 -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. The joint shall be suitable for a safe working pressure equal to the class of pipe furnished 2 and shall operate satisfactorily with a deflection, the tangent of which is not to exceed 0.75 3 IN/D where D is the outside diameter of the pipe in inches or with a pull -out of 34 IN. 4 2. Shop applied outside coating shall be continuous to the end of the pipe on the bell end and 5 shall be held back 4 -4 IN on the spigot end. Shop applied inside lining shall be continuous 6 to the end of the pipe on the end to the point of maximum engagement or further as shown 7 in joint detail. The inside of bell and outside of spigot shall be painted one shop coat of 8 primer compatible with the field coating materials. 9 3. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Lap field welded 10 joints shall be used for joint restraint. Lap welds shall conform to standard details shown in 11 AWWA M 11. The standard bell shall provide for a 2 -' IN lap with Y. IN allowable pull for 12 the required 1 -1/2 IN minimum lap. Shop applied outside coating shall be held back 4 -V IN 13 each end. Shop applied inside lining shall be continuous to the end of pipe diameters over 14 24 IN. Shop applied inside lining shall be held back 4 -14 IN on all bell ends. 15 4. Pipe ends for mechanical couplings shall conform to AWWA C200 Section 3.6. The shop 16 applied outside coating shall be held back as required for field assembly of the mechanical 17 coupling or to harness lugs or rings. Harness lugs or rings and pipe ends shall be painted 18 with one shop coat of primer compatible with exterior coating and field joint coating 19 materials. The inside lining shall be continuous to the end of the pipe. 20 5. Where tied joints are required, mechanical couplings shall be harnessed for the maximum 21 pressure (test pressure or transient pressure) in accordance with AWWA Ml l Par. 13.10 22 and Table 13 -6. 23 6. Pipe for use with sleeve -type couplings shall have plain ends at right angles to the axis. 24 Pipe for use with split -type couplings shall have ends with formed or machined shoulders or 25 grooves that meet the requirements of the coupling manufacturer. 26 D. Flanges: 27 1. Flanges shall be in accordance with AWWA C207 Class D for pressures to 175 psi on 4 IN 28 through 12 IN diameter, and 150 psi on diameters over 12 IN. Flanges shall be AWWA 29 C207 Class E for pressures over 150 psi to 275 psi when mating steel to steel; or shall be 30 AWWA C207 Class F for pressure to 300 psi (drilling matches ANSI B 16.5 Class 300). 31 Shop lining and coating shall be continuous to end of the pipe or back of flange. Flange 32 faces shall be shop coated with a soluble rust preventative compound. 33 2. Bolts and Nuts for Flanges: 34 a. Bolts and nuts for flanges located indoors and in enclosed vaults and structures shall be 35 Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and ASTM 36 A194, Grade B7. Nuts shall comply with ASTM A194, Grade 2H. 37 b. Bolts and nuts for buried and submerged flanges and flanges located outdoors above 38 ground or in open vaults in structures shall be Type 316 stainless steel conforming to 39 ASTM A193, Grade B8M for bolts, and ASTM A194, Grade B7. Nuts shall comply 40 with ASTM A194, Grade 2H. 41 3. Gaskets: Fullface, 1/8 IN thick, cloth - inserted rubber: Johns - Manville No. 109, John Crane 42 Co. Style 777, or equal. Gaskets shall be suitable for a water pressure of 350 psi at a 43 - temperature of 180 degrees F. 44 4. Provide specially drilled flanges when required for connection to existing piping or to 45 special equipment. 46 5. Provide flange on pipe ends for connection with valves. 47 a. Flange finish: Flat faced. 48 E. Couplings and Adaptors: 49 1. Flanged adaptors: 50 a. Steel or carbon steel body sleeve, flange, followers and Grade 30 rubber gaskets. 51 b. Provide units equal to those specified in Paragraph 2.1. 52 c. Flanges meeting standards of adjoining flanges. 53 d. Entire assembly to be rated for test pressure specified on Piping Schedule for each 54 respective application. City of Round Rock - East Transmission Line - Phase 1 45 -inch Barton Hill Transmission Line - August 2002 15061 - 7 I 2. Compression sleeve coupling: 2 a. Steel sleeve, followers, Grade 30 rubber gaskets, and ASTM A307 nuts and bolts. 3 b. Provide units equal to those specified in Paragraph 2.1. 4 c. Flanges meeting standards of adjoining flanges. 5 d. Tie bolt assembly. 6 1) For pipe 14 IN and larger. 7 2) Minimum four bolts equally spaced around the pipe and extending from cast steel 8 lugs welded on the pipe to lugs welded on the coupling middle ring. 9 e. Entire assembly to be rated for test pressure specified on Piping Schedule for each 10 respective application. 11 3. Mechanical coupling joint: 12 a. Use of mechanical grooved (AWWA C606) type couplings and fittings in lieu of 13 flanged joints is acceptable where specifically specified in Section 15060. 14 b. Provide units equal to those specified in Paragraph 2.1. 15 4. Restrained joint: 16 a. Restrained joints shall be manufactured as specified in Section 15060. 17 b. Provide units equal to those specified in Paragraph 2.1. 18 2.3 FABRICATION 19 A. Provide piping (mill or fabricated) for use in this Project with minimum wall thicknesses as 20 follows: 21 1. 6 - 10 IN DIA pipe: 3/16 IN. 22 2. 48 IN DIA pipe: 5/161N. 23 3. Sizes through 24 IN are nominal OD. Sizes greater than 24 are ID. 24 B. Joint Length: 25 L Maximum joint length shall not exceed 40 FT. 26 2. Maximum joint length of steel carrier pipe installed in casing pipe shall not exceed 25 FT. 27 C. Outlets for weld leads: 28 1. Contractor may use shop - installed outlets for access for weld leads. 29 2. Outlet detail shall be provided by pipe manufacturer and approved by Engineer. 30 3. Outlets specifically installed for weld leads shall be welded shut after use per pipe 31 manufacturer's approved detail. 32 D. Fabricated Fittings: 33 1. AWWA C208. 34 2. Assure ratio of radius of bend to diameter of pipe equal to or greater than 1.0. 35 E. Protective Coatings and Linings: 36 1. Pipe Linings: 37 a. Pipe shall be centrifugally cast cement - mortar lined, shop - applied, in accordance with 38 AWWA C205. 39 b. Lining shall be NSF certified. 40 c. The nominal diameter of cement mortar lined pipe shall be the I.D. after lining. 41 d. Minimum thickness of lining shall be % 1N. 42 e. Taper cement - mortar linings as required for valve interfacing. 43 f. Pipe and fitting joints shall be hand mortared to the same thiclmess as shop applied 44 mortar lining. 45 g. Cement mortar lined pipe shall be stulled as required to maintain roundness during 46 shipping and handling and shall have ends capped prior to shipment. 47 1) See also Paragraph 1.4.A. herein. 48 2. Pipe Coatings: 49 a. Pipe that is to be buried shall be coated with high -solids polyurethane in accordance 50 with AWWA C222. The total dry film thickness of the coating shall be 30 mils. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15061 - 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1) Surface Preparation: Remove deposits of oil, mud, weld splatter, water, dust, 2 grease or other contaminants prior to application of coating. Wire wheel or blast 3 exterior surfaces in accordance with SSPC -SP10 to a near -white metal blast 4 cleaning with a 2.0 mil angular profile in bare steel. 5 2) Equipment: Twocomponent, 1:1 mix ratio, heated airless spray unit. 6 3) Temperature: Minimum of 5 degrees F above dew point temperature. The 7 temperature of the surface shall not be less than 60 degrees F during application. 8 • 4) Humidity: Heating of pipe surfaces may be required to meet requirements of 9 Paragraph 2.1 F.5 herein if relative humidity exceeds 80 percent. 10 5) Do not thin or mix resins; use as received. Store resins at a temperature above 55 11 degrees F at all times. 12 6) Application: Multiple -pass, one coat application process is permitted provided 13 maximum allowable recoat time specified by coating manufacturer is not exceeded. 14 Recoat only when coating has cured less than maximum time specified by coating 15 manufacturer. When coating has cured for more than recoat time, brush blast or 16 thoroughly sand coating surface. Blow to clean using clean, dry, high pressure 17 compressed air. 18 7) Curing: Do not handle pipe until coating has been allowed to cure, per 19 manufacturer's recommendations. 20 8) Cutback Area: The cutback area shall be sandblasted in the shop to facilitate field 21 surface preparation. The exterior bare steel area of the pipe shall be adequately 22 protected during pipe handling and shipment. 23 b. Buried pipe joints and fittings shall be coated with heat shrinkable cross - linked 24 polyolefin in accordance with AWWA C216 and the manufacturer's recommendations. 25 c. Pipe and fittings installed above ground and exposed to the elements: 26 1) Reference Section 09905, Paragraph 2.2.E, Paint System #1. 27 2) Use Aliphatic Acrylic Polyurethane Enamel Top Coat (F2E). 28 3) The primer coat shall be shop applied to the thickness specified. 29 4) Color samples shall be submitted to the Engineer for approval on the coating 30 system. 31 5) Perform surface preparation and painting in accordance with Section 09905. 32 2.4 SOURCE QUALITY CONTROL 33 A. Testing: 34 1. Shop test fabricated steel pipe and fittings per Paragraph 1.2 D.2 in this Section. 35 2. Field hydrostatic test all pipe as specified in Section 15060. 36 PART 3 - EXECUTION 37 3.1 INSTALLATION 38 A. The Contractor shall provide and install all required piping and accessories in accordance with 39 the Contract Documents and manufacturer's recommendations. Pipe installation as specified in 40 this section supplements AWWA M11. 41 B. Coating or lining damage, as determined by the Engineer or Owner, shall be repaired in 42 accordance with applicable AWWA standard specifications and in accordance with the 43 manufacturers instructions prior to lowering the pipe into the trench. 44 C. See Section 02221 for excavation and backfdling of trenches for laying steel pipe, fittings, and 45 specials. 46 D. Maximum allowable pipe deflection is limited to three (3) percent of pipe ID. 47 E. Keep pipe clean during the laying operation and free of water, dirt, mud, vegetation, sticks, 48 animals, trash, and debris. City of Round Rock - East Transmission Line - Phase I 48 -inch Barron Hill Transmission Line - August 2002 15061 - 9 1 F. At the close of each operating day, effectively seal the open end of the pipe against the entrance 2 of water using a gasketed night cap. Do not lay pipe in water. Pump trench dry prior to removal 3 of temporary end cap. 4 G. Install bonds at all pipe joints, other than welded joints or insulated joints. 5 H. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale 6 before placing spigot into bell. 7 I. Joining Method — Rubber Gasket Joints: 8 1. Join rubber gasket joints in accordance with pipe manufacturer's recommendations. 9 2. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. 10 3. Engage spigot as far as possible in bell, allowing for 1 -inch gap for inside joint grouting 11 after any joint deflection. Joint deflection or pull chall not exceed 80 percent of 12 manufacturer's recommended maximum deflection. Check gasket with feeler gage all 13 around the pipe. 14 J. Joining Method — Welded Joints: 15 1. Perform welding in accordance with AWWA C206 and this Section. 16 2. For flange attachment, perform welding in accordance with AWWA C207. 17 3. Welding for utility piping above 125 PSI shall conform to ANSI B31.1. 18 4. Clearance between surfaces of lap joints shall not exceed 1/8 IN at any point around the 19 periphery. 20 5. Clean pipe ends thoroughly before welding. 21 6. Complete welding before application of field applied joint coating. Perform welding so as 22 not to damage lining or coating. Cover polyurethane coating as necessary to protect from 23 welding. 24 7. Provide adequate ventilation for welders and for Owner's representative to observe welds. 25 8. Futaish each welder employed with a steel stencil for marking the welds, so that the work of 26 each welder may be identified. Have each welder stencil the pipe adjacent to the weld with 27 the stencil assigned to him/her. In the event any welder leaves the job, his/her stencil shall 28 be voided and not duplicated if another welder is employed. 29 9. Use only competent, skilled and qualified welders. Each welder employed or retained by 30 the Contractor shall be required to satisfactorily pass a welding test in accordance with 31 AWWA C206 before being allowed to weld on the pipe. Any welder making defective 32 welds shall not be allowed to continue to weld. Dye penetrant tests in accordance with 33 ASTM E 165, or magnetic particle test may be performed by the Owner under the 34 supervision and inspection of an independent testing laboratory on any welded joint. Welds 35 that are found to be defective will be repaired or replaced, whichever is deemed necessary 36 by the testing laboratory, at the Contractor's expense. 37 10. Welds shall be free from pin holes, non - metallic inclusions, air pockets, undercutting and/or 38 any other defects. 39 IC Joining Method — Couplings: 40 1. Compression sleeve: 41 a. Install coupling to allow space of not less than 1/4 IN but not more than 1 IN. 42 b. Provide harnessed joint. Use joint harness arrangements detailed in AWWA M11. 43 c. Design harness assembly with adequate number of tie rods for test pressures indicated 44 in Section 15060 and allow for expansion of pipe. 45 d. Provide ends to be joined or fitted with compression sleeve couplings of the plain end 46 type. 47 e. Grind smooth welds the length of one coupling on either side of joint to be fitted with 48 any coupling. 49 f Assure that outside diameter and out -of -round tolerances are within limits required by 50 coupling manufacturer. 51 2. Mechanical coupling: 52 a. Arrange piping so that pipe ends are in full contact. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15061 - 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. Groove and shoulder ends of piping in accordance with manufacturer's 2 recommendations. 3 c. Provide coupling and grooving technique assuring a connection that passes pressure- 4 testing requirements. 5 L. Joining Methods — Flanges: 6 1. General: 7 a. Flanged joints shall be provided at connections to valves and where indicated on the 8 Drawings. 9 b. Ends to be fitted with slip -on flanges shall have the longitudinal or spiral welds ground 10 flush to accommodate the type of flanges provided. 11 c. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of 12 AWWA C206 and C207. 13 d. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 14 2. Facing method: 15 a. Insert slip-on flange on pipe. 16 b. Assure maximum tolerances for flange faces from normal with respect to axis of pipe is 17 0.005 IN per foot of flange diameter. 18 c. Test flanges after welding to pipe for true to face condition and reface, if necessary, to 19 bring to specified tolerance. 20 3. Joining method: 21 a. Leave 1/8 to 3/8 IN of flange bolts projecting beyond face of nut after tightening. 22 b. Coordinate dimensions and drillings of flanges with flanges for valves, pumps, 23 equipment, tank, and other interconnecting piping systems. 24 c. When bolting flange joints, exercise extreme care to assure that there is no restraint on 25 opposite end of pipe or fitting which would prevent uniform gasket compression or 26 cause unnecessary stress, bending or torsional strains being applied to cast flanges or 27 flanged fittings. Allow one flange free movement in any direction while bolts are being 28 tightened. 29 d. Do not assemble adjoining flexible coupled, mechanical coupled or welded joints until 30 flanged joints in piping system have been tightened. 31 e Gradually tighten flange bolts uniformly to permit even gasket compression. 32 f. Do not overstress bolts to compensate for poor installation. 33 M. Buried pipe couplings, flanges, and adaptors shall be coated with heat shrinkable cross - linked 34 polyolefm in accordance with AWWA C216 and the manufacturer's recommendations. 35 3.2 FIELD QUALITY CONTROL 36 A. See Section 15060. 37 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15061 - 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00K08 2 SECTION 15062 3 PIPE: DUCTILE 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Ductile iron piping, fittings, and appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American National Standards Institute (ANSI): 16 a. B1.1, Unified Inch Screw Threads (UN and UNR Thread Form). 17 b. B16.1, Cast -Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. 18 c. B16.21, Nonmetallic Flat Gaskets for Pipe Flanges. 19 2. American Society for Testing and Materials (ASTM): 20 a. A183, Carbon Steel Track Bolts. 21 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for 22 High - Temperature Service. 23 c. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High - 24 Pressure and High - Temperature Service. 25 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile 26 Strength. 27 e. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and 28 Steel. 29 f. C35, Specifications for Inorganic Aggregates for Use in Gypsum Plaster. 30 g. C150, Specifications for Portland Cement. 31 h. D1330, Rubber Sheet Gaskets. 32 3. American Water Works Association (AWWA): 33 a. C104, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. 34 b. C105, Polyethylene Encasement for Gray and Ductile Cast -Iron Piping for Water and 35 Other Liquids. 36 c. C110, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and Other 37 Liquids. 38 d. C111, Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. 39 e. C115, Flanged Ductile Iron Pipe with Threaded Flanges. 40 f C150, Thickness Design of Ductile Iron Pipe. 41 g. C151, Ductile Iron Pipe, Centrifugally Cast -In -Metal Molds or Sand -Lined Molds, for 42 Water or Other Liquids. 43 h. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and 44 Tape -Hot Applied. 45 i. C216, Heat - Shrinkable Cross - Linked Polyolefin Coatings for the Exterior of Special 46 Sections, Connections, and Fittings for Steel Water Pipelines. 47 j. C606, Grooved and Shouldered Joints. 48 4. Military Specification (Mil Spec): 07225- 056 036 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15062 - 1 1 a. QQP416F, Plating, Cadmium Electro Deposited. 2 3 B. Owner Testing and Inspection: 4 1. Pipe shall be inspected and tested at the manufacturing facility, which may be witnessed by 5 the Owner and Engineer. 6 2. The Owner shall have the right to have any or all piping or fittings inspected and tested by 7 an independent testing agency at the manufacturing facility or elsewhere. Such inspection 8 and testing will be at the Owner's expense. The pipe manufacturer shall notify the Owner in 9 writing, a minimum of two weeks prior to the pipe fabrication so that the Owner may advise 10 the pipe manufacturer as to the Owner's decision regarding tests to be performed by an 11 independent testing agency. 12 3. Mark as rejected and immediately remove from the jobsite, or repair to the Owner's 13 satisfaction, all pipe lengths and fittings exhibiting signs of damage to the lining, coating, 14 joints or pipe wall. 15 4. Material, fabricated parts, and pipe that are discovered to be defective, or which do not 16 conform to the requirements of this specification shall be subject to rejection at any time 17 prior to Owner's final acceptance of the product. 18 C. Factory Testing: 19 1. Subject pipe to hydrostatic test of not less than 500 psi with the pipe under the full test 20 pressure for at least 10 seconds. 21 2. Test shop - applied, spun cement - mortar lining in accordance with AWWA C104. 22 D. Manufacturers' Field Services During Construction: 23 1. The pipe manufacturer shall furnish the services of a field technician who is qualified to 24 advise and instruct the Contractor as necessary in pipe handling, laying, and jointing 25 applications. The field technician need not be on -site full time, but shall be on -site during 26 the first two weeks of pipe laying and thereafter as requested by the Engineer or Contractor. 27 1.3 SUBMITTALS 28 A. Shop Drawings: See Sections 01340 and 15060. 29 1. Pipe lay schedules. 30 2. Pipe design calculations. 31 3. Design Certification stating that the pipe to be furnished complies with AWWA Standards 32 and these specifications. 33 4. Certification of factory hydrostatic testing. 34 5. If mechanical coupling system is used, submit piping, fittings, and appurtenant items that 35 will be utilized to meet system requirements. 36 PART 2 - PRODUCTS 37 2.1 ACCEPTABLE MANUFACTURERS 38 A. Subject to compliance with the Contract Documents the following manufacturers are acceptable: 39 1. Ductile iron pipe: 40 a. American. 41 b. U.S. Pipe. 42 2. Polyethylene encasement tape: 43 a. Chase (Chasekote 750). 44 b. Kendall (Polyken 900). 45 c. 3 M (Scotchrap 50). 46 d. Or approved equal. 47 3. Restrained joints: 48 a. American (r -k-- -6/.nc .° °') (Flex Ring) - 42 36 IN and below. (Addendum #1) 49 b. US Pipe (TR -Flex) - 4 IN to 5414. 07225- 056 -1136 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 15062 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c. American (Lode Fast) (Flex Ring) - Above 42 42 IN.(Addendum # 1) 2 d. Or approved equal. 3 4. Flanged adapters: 4 a. Rockwell Style 913 (steel). 5 b. Dresser Style 128 (steel). 6 c. Or approved equal. 7 5. Compression sleeve couplings: 8 a. Rockwell Style 411 (steel). 9 b. Dresser Style 38 (steel). 10 c. Or approved equal. 11 6. Mechanical couplings: 12 a. Victaulic (Style 31). 13 b. Tyler. 14 c. Or approved equal. 15 7. Insulating couplings: 16 a. Rockwell (Style 416). 17 b. Dresser (Style 39). 18 8. Reducing couplings: 19 a. Rockwell (Style 415). 20 b. Dresser (Style 62). 21 9. Transition couplings: 22 a. Rockwell (Style 413). 23 b. Dresser (Style 62). 24 c. Or approved equal. 25 B. Submit requests for substitution in accordance with Specification Section 01640. 26 2.2 MATERIALS 27 A. Ductile Iron Pipe: 28 1. AWWA C150. 29 2. AWWAC151. 30 B. Fittings and Flanges: 31 1. AWWA C110. 32 2. AWWA C115. 33 3. Flanges drilled and faced per ANSI B16.1 for both 125 and 250 psi applications. 34 C. Nuts and Bolts: 35 1. Buried: Cadmium- plated meeting Military Specification QQP416F, Type 1, Class 2 (Cor- 36 Ten) for buried application. Exposed: Mechanical galvanized ASTM B695, Class 40. 37 2. Heads and dimensions per ANSI B1.1. 38 3. Threaded per ANSI B1.1. 39 4. Project ends 1/4 to 1/2 IN beyond nuts. 40 D. Gaskets: See individual piping system requirements in Section 15060. 41 E. If mechanical coupling system is used, utilize pipe thickness and grade in accordance with 42 AWWA C606. 43 F. Polyethylene Encasement: 44 1. AWWAC105. 45 G. Heat shrinkable protective sleeve: 46 1. Cross - linked polyolefin wrap or sleeve with a mastic sealant. 47 2. Comply with AWWA C216 and manufacturer's recommendations. 48 3. Minimum thickness: 60 mils. 07225-0564136 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 15062 - 3 1 4. Overlap coating on pipe by a minimum of 3 IN on each side of joint. Width of heat shrink 2 sleeve shall take into consideration shrinkage of sleeve due to installation and coupling 3 profile. Overlapping of two or more heat shrink sleeves to achieve the necessary width will 4 not be permitted. 5 5. Acceptable manufacturers: 6 a. Canusa. 7 b. Raychem. 8 c. Or approved equal. 9 H. Cement -mortar Lining: 10 1. Shop applied. 11 2. Double the standard minimum thickness per AWWA C104. 12 I. Mortar for interior joints and for patching shop - applied cement — mortar lining: 13 1. One part ASTM C150, Type I cement to two parts sand. 14 2. Sand shall be silica base. 15 3. Sand shall be plaster sand meeting ASTM C35. 16 4. Cement and sand shall be dry mixed. 17 J. Bonding agent for cement -mortar lining patching: 18 1. Acceptable products: 19 a. Sikadur 32 Hi -Mod. 20 b. Or approved equal. 21 2.3 MANUFACTURED UNITS 22 A. Adapters and Couplings: 23 1. Flanged adapters: 24 a. Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber 25 gaskets. 26 b. Provide units equal to those specified in Paragraph 2.1. 27 c. Supply flanges meeting standards of adjoining flanges. 28 d. Rate entire assembly for test pressure specified on piping schedule for each respective 29 application. 30 2. Compression sleeve coupling: 31 a. Unit consisting of steel sleeve, followers, Grade 30 rubber gaskets. 32 b. Provide units equal to those specified in Paragraph 2.1. 33 c. Supply flanges meeting standards of adjoining flanges. 34 d, Entire assembly to be rated for test pressure specified on piping schedule for each 35 respective application. 36 e. Provide field coating for buried couplings per AWWA C203. 37 3. Mechanical couplings: 38 a. Use of mechanical couplings and fittings in lieu of flanged joints is acceptable where 39 specifically specified in Section 15060. 40 b. Provide units equal to those specified in Paragraph 2.1. 41 2.4 FABRICATION 42 A. Pipe design. Design pipe in accordance with ANSJIAW WA C -150 and AWWA M41. Furnish 43 all ductile iron pipe in full accordance with the following design conditions: 44 1. For this application: 45 a. Working Pressure: As indicated on the Bid Form and Drawings. 46 b. Surge Pressure = 100 psi. 47 c. Design of pipe shall be for both working pressure and surge pressure acting 48 simultaneously. 49 2. Safety factor of 2.0 for pipe design shall be applied to the total internal pressure, including 50 working pressure plus surge pressure. O7225 -050 -036 City of Round Rock - East Transmission Line - Phase] 48 -inch Barton Hill Transmission Line - August 2002 15062 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Minimum thickness of pipe shall be as shown for applicable pressure class in Table 50.5, 2 including all footnotes, of AWWA Standard C -150. 3 4. The design for external loads shall be based on soil loads calculated from the pipeline 4 drawings assuming a soil weight of 120 lbs per cubic foot and assuming a live load based on 5 AASHTO H -20 truck load applied in accordance with AWWA C150. 6 5. The Contractor shall verify pipe grades on the Drawings after existing utilities are located. 7 Vertical alignment changes required because of existing utility or other conflicts shall be 8 accommodated by an appropriate change in pipe design depth in accordance with details 9 shown on the Drawings. In no case shall pipe be installed deeper than its design allows. 10 B. Fittings: 11 1. Design pressure for fittings shall include the operating pressure shown on the Bid Form and 12 Drawings plus a surge pressure of 100 psi. 13 2.5 LININGS AND COATINGS 14 A. Provide cement mortar lining in accordance with AWWA C104. 15 1. Provide double the standard minimum thickness per AWWA C104. 16 2. Lining shall be NSF certified. 17 B. Provide polyethylene wrap for all buried ductile iron pipe in accordance with AWWA C105, 18 Method A. 19 1. Double wrap all joints. 20 C. Provide heat shrinkable protective sleeve around all buried couplings. 21 D. Provide all exposed piping coated in accordance with Section 09905. 22 PART 3 - EXECUTION 23 3.1 INSTALLATION 24 A. Coating or lining damage, as determined by the Engineer or Owner, shall be repaired in 25 accordance with applicable AWWA standard specifications and in accordance with the 26 manufacturer's instructions prior to lowering the pipe into the trench. 27 B. See Section 02221 for excavation and backfrlling of trenches for laying ductile iron pipe and 28 fittings. 29 C. Keep pipe clean during the laying operation and free of dirt, mud, vegetation, sticks, animals, 30 trash, and debris. At the close of each operating day, effectively seal the open end of the pipe 31 against the entrance of water using a gasketed night cap. Do not lay pipe in water. 32 D. Install restrained joint systems where specified in Section 15060 under specific piping system 33 and where shown on the Drawings. 34 E. Install bonds at all pipe joints, other than insulated joints. See joint bonding detail on Drawings. 35 F. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale 36 before placing spigot into bell, 37 G. Joining Method - Push -On Mechanical (Gland -Type) Joints: 38 1. Install in accordance with AWWA C111. 39 2. Assemble mechanical joints carefully according to manufacturer's recommendations. 40 3. If effective sealing is not obtained, disassemble, thoroughly clean, and reassemble the joint. 41 4. Do not overstress bolts. 42 5. Where piping utilizes mechanical joints with tie rods, align joint holes to permit installation 43 of harness bolts. 44 H. Joining Method - Push -On Joints: 45 1. Install in accordance with AWWA C151. 07125-056-030 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 15062 - 5 1 2. Assemble push -on joints in accordance with manufacturer's directions. 2 3. Bevel and lubricate spigot end of pipe to facilitate assembly without damage to gasket. Use 3 lubricant that is non - toxic, does not support the growth of bacteria, has no deteriorating 4 effects on the gasket material, and imparts no taste or odor to water in pipe. 5 4. Assure the gasket groove is thoroughly clean. 6 5. For cold weather installation, warm gasket prior to placement in bell. 7 6. Taper of bevel shall be approximately 30 degrees with centerline of pipe and approximately 8 1/4 IN back. 9 I. Joining Method - Flanged Joints: 10 1. Install in accordance with AWWA C115. 11 2. Extend pipe completely through screwed -on flanged and machine flange face and pipe in 12 single operation. 13 3. Make flange faces flat and perpendicular to pipe centerline. 14 4. When bolting flange joints, exercise extreme care to ensure that there is no restraint on 15 opposite end of pipe or fitting which would prevent uniform gasket compression or would 16 cause unnecessary stress bending or torsional strains to be applied to cast flanges or flanged 17 fittings. 18 5. Allow one flange free movement in any direction while bolts are being tightened. 19 6. Do not assemble adjoining flexible joints until flanged joints in piping system have been 20 tightened. 21 7. Gradually tighten flange bolts uniformly to permit even gasket compression. 22 J. Joining Method - Mechanical Coupling Joint: 23 1. Arrange piping so that pipe ends are in full contact. 24 2. Groove and shoulder ends of piping in accordance with manufacturer's recommendations. 25 3. Provide coupling and grooving technique assuring a connection which passes pressure 26 testing requirements. 27 K. Flange Adapters 12 IN and Less: 28 1. Locate and drill holes for anchor studs after pipe is in place and bolted tight. 29 2. Drill holes not more than 1/8 IN larger than diameter of stud projection. 30 L. Cutting: 31 1. Do not damage interior lining material during cutting. 32 2. Use abrasive wheel cutters or saws. 33 3. Make square cuts. 34 4. Bevel and free cut ends of sharp edges after cutting. 35 3.2 FIELD QUALITY CONTROL 36 A. See Section 15060. 37 07225- 056 -030 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15062 - 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00L29 2 SECTION 15100 3 VALVES: BASIC REQUIREMENTS 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Valving, actuators, and valving appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 09905 - Painting and Protective Coatings. 12 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American National Standards Institute (ANSI): 16 a. B1.20.1, Pipe Threads, General Purpose. 17 b. B16.1, Cast Iron Pipe Flanges and Flanged Fittings. 18 c. B16.18, Cast Copper Alloy Solder Joint Pressure Fittings. 19 d. B16.34, Valves - Flanged, Threaded and Welding End. 20 2. American Water Works Association (AWWA): 21 a. C111, Rubber - Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 22 b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 23 c. C500, Gate Valves for Water and Sewerage Systems. 24 d. C504, Rubber - Seated Butterfly Valves. 25 e. C509, Resilient- Seated Gate Valves 3 through 12 NPS, for Water and Sewage Systems. 26 f. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. 27 g. C606, Grooved and Shouldered Joints. 28 3. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.(MSS). 29 1.3 DEFINITIONS 30 A. The following are definitions of abbreviations used in this section or one of the individual valve 31 sections. 32 1. WWP: Water working pressure. 33 1.4 SUBMITTALS 34 A. Shop Drawings: 35 1. See Section 01340. 36 2. Product technical data including: 37 a. Acknowledgement that products submitted meet requirements of standards referenced. 38 b. Manufacturer's installation instructions. 39 c. Valve pressure and temperature rating. 40 d. Valve material of construction. 41 e. Special linings. 42 f. Valve dimensions and weight. 43 g. Valve flow coefficient. 44 3. Test reports. 45 B. Operation and Maintenance Manuals: City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15100 - 1 1 1. See Section 01340. 2 PART2 PRODUCTS 3 2.1 ACCEPTABLE MANUFACTURERS 4 A. Refer to individual valve specification sections. 5 2.2 MATERIALS 6 A. Refer to individual valve specification sections. 7 2.3 VALVE ACTUATORS 8 A. Valve Actuators - General: 9 1. Counter clockwise opening as viewed from the top. 10 2. Direction of opening and the word OPEN to be cast in handwheel or valve bonnet. 11 3. Size actuator to produce required torque with a maximum pull of 80 LB at the maximum 12 pressure rating of the valve provided and withstand without damage a pull of 200 LB on 13 handwheel or chainwheel or 300 foot - pounds torque on the operating nut. 14 4. Unless otherwise specified, actuators for valves to be buried, submerged or installed in 15 vaults or manholes shall be sealed to withstand at least 20 FT of submergence. 16 5. Extension Stem: 17 a. Install where shown or specified. 18 b. Solid steel with actuator key and nut, diameter not less than stem of valve actuator 19 shaft. 20 c. Pin all stem connections. 21 d. Center in valve box or grating opening band with guide bushing. 22 B. Buried Valve Actuators: 23 1. Provide screw or slide type adjustable cast iron valve box, 5 IN minimum diameter, 3/16 IN 24 minimum thickness, and identifying cast iron cover. 25 2. Box base to enclose buried valve gear box or bonnet. 26 3. Provide 2 IN standard actuator nuts complying with Section 3.16 of AWWA C500. 27 4. Provide at feast two teehandle keys for actuator nuts, with 5 FT extension between key and 28 handle. 29 5. Extension Stem: 30 a. Provide for buried valves greater than 4 FT below finish grade. 31 b. Extend to within 6 IN of finish grade. 32 6. Provide concrete pad encasement of valve box as shown for all buried valves unless shown 33 otherwise, 34 C. Exposed Valve Manual Actuators: 35 1. Provide for all exposed valves not having electric or cylinder actuators. 36 2. Provide handwheels for gate and butterfly valves. 37 a. Size handwheels for valves in accordance with AWWA C500. 38 3. Provide lever actuators for plug valves, butterfly valves and ball valves 3 IN DIA and 39 smaller 40 a. Lever actuators for butterfly valves shall have a minimum of 5 intermediate lock 41 positions between full open and full close. 42 b. Provide at least two levers for each type and size of valve famished. 43 4. Gear actuators required for plug valves, butterfly valves, and ball valves 4 IN DIA and 44 larger. 45 5. Provide gearing for gate valves 20 IN and larger in accordance with AWWA C500. 46 6. Gear actuators to be totally enclosed, permanently lubricated and with sealed bearings. 47 2.4 FABRICATION City of Round Rock - Eat Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15100 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. End Connections: 2 1. Provide the type of end connections for valves as required in the Piping Schedules presented 3 in Section 15060 or as shown on the Drawings. 4 2. Comply with the following standards: 5 a. Threaded: ANSI B1.20.1. 6 b. Flanged: ANSI B16.1 Class 125 unless otherwise noted or AWWA C207. 7 c. Bell and spigot or mechanical (gland) type: AWWA C111. 8 d. Soldered: ANSI B16.18. 9 e. Grooved: Rigid joints per Table 5 of AWWA C606. 10 B. Refer to individual valve sections for specifications of each type of valve on Project. 11 C. Nuts, Bolts, and Washers: 12 1. Wetted or internal to be bronze or stainless steel. Exposed to be zinc or cadmium plated. 13 D. Epoxy Interior Coating: 14 1. Provide epoxy interior coating for all ferrous surfaces in accordance with AWWA C550. 15 PART 3 - EXECUTION 16 3.1 INSTALLATION 17 A. Install products in accordance with manufacturer's instructions. 18 B. Painting Requirements: 19 1. Comply with Section 09905 for painting and protective coatings. 20 C. Setting Buried Valves: 21 1. Locate valves installed in pipe trenches where buried pipe indicated on Drawings. 22 2. Set valves and valve boxes plumb. 23 3. Place valve boxes directly over valves with top of box being brought to surface of finished 24 grade. 25 4. Install in closed position. 26 5. Place valve on firm footing in trench to prevent settling and excessive strain on connection 27 to pipe. 28 6. After installation, backfill up to top of box for a minimum distance of 4 FT on each side of 29 box. 30 D. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads 31 being transferred to valve and valve loads being transferred to the piping. 32 E. For threaded valves, provide union on one side within 2 FT of valve to allow valve removal. 33 F. Install valves accessible for operation, inspection, and maintenance. 34 3.2 ADJUSTING 35 A. Adjustment of valves, actuators and appurtenant equipment to comply with Section 01650. 36 Operate valve, open and close at system pressures. 38 END OF SECTION City of Round Rock - Fast Transmission Line - Phase I 48 -inch Barton Hill Transmission Line - August 2002 15100 - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 98C19 2 SECTION 15101 3 GATE VALVES 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Gate valves. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 15100 - Valves: Basic Requirements. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Water Works Association (AWWA): 15 a. C500, Metal- Seated Gate Valves for Water Supply Service. 16 b. C509, Resilient- Seated Gate Valves for Water and Sewerage Systems. 17 c. C550, Protective Epoxy Interior Castings for Valves and Hydrants. 18 2. Manufacturer's Standardization Society of the Valve and Fittings Industry, Inc (MSS): 19 a. SP -9, Spot Facing for Bronze, Iron and Steel Flanges. 20 b. SP -70, Cast Iron Gate Valves, Flanged and Threaded Ends. 21 c. SP -80, Bronze Gate, Globe, Angle and Check Valves. 22 1.3 DEFINITIONS 23 A. OS &Y: Outside Screw and Yoke. 24 B. NRS: Non -rising Stem. 25 C. RS: Rising Stem. 26 1.4 SUBMITTALS 27 A. Shop Drawings: 28 1. See Sections 15100 and 01340. 29 B. Operation and Maintenance Manuals: 30 1. See Section 01340. 31 PART 2 - PRODUCTS 32 2.1 ACCEPTABLE MANUFACTURERS 33 A. Subject to compliance with the Contract Documents, the manufacturers listed under the specific 34 valve types are acceptable. 35 2.2 VALVES: WATER; 3 TO 24 IN DIA 36 A. Resilient Seated (Wedge) Gate Valves - Water, 3 to 24 IN DIA: 37 1. Comply with AWWA C509. 38 2. Materials: 39 a. Stem and stem nut - bronze. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15101 - 1 1 1) Wetted bronze parts in low zinc bronze. 2 2) Aluminum bronze components: Heat treated per AWWA C504. 3 b. Body, gate - cast iron. 4 c. Resilient seal (wedge coating) - Styrene Butadiene Rubber (SBA), Niti-le, or Urethane 5 rubber. 6 d. Bolts, nuts: 18 -8 SST. 7 3. Design requirements: 8 a. 200 psi working pressure. 9 b. Buried - NRS 0-ring stem seal. 10 c. Exposed - NRS, 0-ring, stem seal, handwheel. 11 d. Counter clockwise open rotation. 12 4. Fusion bonded epoxy coating interior and exterior except stainless steel and bearing 13 surfaces. 14 B. Acceptable Manufacturers: 15 1. American Flow Control. 16 2. Clow. 17 3. Mueller. 18 4. M & H. 19 5. Or equal. 20 2.3 ACCESSORIES 21 A. Refer to Drawings and valve schedule for type of actuators. Furnish actuator integral with valve. 22 B. Refer to Section 15100 for actuator requirements. 23 2.4 FABRICATION 24 A. Provide valves with clear waterways the full diameter of the valve. 25 PART 3. - EXECUTION 26 3.1 INSTALLATION 27 A. See Section 15100. 28 B. Do not install gate valves inverted or with the stems sloped more than 45 degrees from the 29 upright unless the valve was ordered and manufactured specifically for this orientation. 30 END OF SECTION City of Round Reek - East Transmission Line - Phase 1 48 -inch Batton Hill Transmission Line - August 2002 15101 - 2 1 1 1 1 1 1 M 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 98C19 2 SECTION 15103 3 BUTTERFLY VALVES 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Butterfly valves. 8 B. Related Sections include but are not necessarily Limited to: 9 1. Division 0 - Contracts and Conditions. 10 2. Division 1 - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 4. Section 15100 - Valves: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American National Standards Institute (ANSI): 16 a. B16.1, Pipe Flanges and Flanged Fittings. 17 2. American Society for Testing and Materials (ASTM): 18 a. A48, Standard Specifications for Gray Iron Castings. 19 b. Al26, Gray Iron Castings for Valves, Flanges and Pipe Fittings. 20 c. A276, Standard Specification for Stainless Steel Bars and Shapes. 21 d A536, Standard Specification for Ductile Iron Castings. 22 3. American Water Works Association (AWWA): 23 a. C504, Rubber Seated Butterfly Valves. 24 13 SUBMITTALS 25 A. Shop Drawings: 26 1. See Sections 15100 and 01340. 27 2. For valves 8 IN and larger, furnish "Affidavit of Compliance" with Owner in accordance 28 with AWWA C504. 29 B. Operation and Maintenance Manuals: 30 1. See Section 01340. 31 PART 2 - PRODUCTS 32 2.1 ACCEPTABLE MANUFACTURERS 33 A. Subject to compliance with the Contract Documents, the following manufacturers are 34 acceptable: 35 1. DeZurik. 36 2. Clow. 37 3. Dresser. 38 4. Mueller. 39 5. Pratt. 40 B. Submit requests for substitution in accordance with Specification Section 01640. 41 2.2 BUTTERFLY VALVES (AWWA C504) City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15103- 1 1 A. Comply with AWWA C504. 2 B. Materials: 3 1. Valve bodies: 4 a. ASTM Al26, Class B or ASTM A536 Grade 65 -45 -12 ductile iron. 5 2. Valve shafts: 6 a. Stainless steel, 18 -8, Type 304 or 316. 7 3. Valve discs: 8 a. Potable and nonpotable water. 9 1) ASTM A48, Class 40 cast iron; or 10 2) ASTM A536, Grade 65 -45 -12 ductile iron; or 11 3) ASTM A436, Type 1 alloy cast iron; or 12 4) Bronze in accordance with AWWA C504. 13 b. Air and similar applications: ASTM A48, Class 40 cast iron: 14 4. Valve seats: 15 a. Potable and nonpotable water below 150 DegF: 16 1) Natural rubber; or 17 2) Buna -N. 18 5. Mating surfaces: 19 a. Valves less than 30 IN: ASTM A276, 18 -8, stainless steel or bronze. 20 b. Valves 30 IN and larger: ASTM A276, 18 -8, stainless steel. 21 C. Design Requirements: 22 1. Seat type: Resilient. Comply with AWWA C504. 23 2. Exposed and submerged valves 3 through 20 IN. 24 a. Body type: Short body flange. 25 b. Working pressure: Rated for 200 PSI (Class 2503 per AWWA C504). 26 3. Exposed and submerged valves 24 IN and larger. 27 a. Body type: Short body flange. 28 b. Working pressure: Rated for 200 PSI (Class 250B per AWWA C504). 29 4. Direct buried valves: 30 a. All valves: Working pressure rated for 200 PSI (Class 250B per AWWA C504). 31 2.3 ACCESSORIES 32 A. Refer to Drawings and/or valve schedule for type of actuators. Furnish actuator integral with 33 valve. 34 B. Refer to Section 15100 for actuator requirements. 35 PART 3 - EXECUTION 36 3.1 INSTALLATION 37 A. See Section 15100. 38 END OF SECTION Ciry of Round Rock - Fast Transmission Line - Phase 1 48 -inch Barron Hill Transmission Line - August 2002 15103 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00I13 2 SECTION 15114 3 MISCELLANEOUS VALVES 4 PART 1 GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Air release and vacuum relief valves. 8 - a. Combination air /vacuum release valves. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Contracts and Conditions. 11 2. Division 1 - General Requirements. 12 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 13 4. Section 15100 - Valves: Basic Requirements. 14 5. Section 15103 - Butterfly Valves. 15 1.2 QUALITY ASSURANCE 16 A. Referenced Standards: 17 1. American Gas Association (AGA). 18 2. American National Standards Institute (ANSI): 19 a. B16.1, Cast -Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. 20 3. American Water Works Association (AWWA): 21 a. C512, Air - Release, AirNacuum, and Combination Air Valves for Waterworks Service. 22 b. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. 23 13 SUBMITTALS 24 A. Shop Drawings: 25 1. See Sections 15100 and 01340. 26 B. Operation and Maintenance Manuals: 27 1. See Section 01340. 28 PART 2 - PRODUCTS 29 2.1 ACCEPTABLE MANUFACTURERS 30 A. Subject to compliance with the Contract Documents, the manufacturers listed under the specific 31 valve types are acceptable. 32 B. Submit requests for substitution in accordance with Specification Section 01640. 33 2.2 AIR RELEASE AND VACUUM RELIEF VALVES 34 A. General: 35 1. Conform toAWWAC512. 36 B. Combination Air Vacuum Release Valves (CANRV): 37 1. Acceptable manufacturers: 38 a. APCO. 39 b. Val -Matic. 40 c. GA Industries. 41 d. Or approved equal. .. _.. City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15114 - 1 1 2. Materials: 2 a. Body and cover Cast iron. 3 b. Float, linkage and hardware: Stainless steel. 4 c. Seat: Buna -N. 5 3. Design requirements: 6 a. Inlet and outlet sizes shall be equal and as indicated on the Contract Drawings. 7 b. Valves to be provided for pressure rating indicated for pipeline at locations of valves. 8 c. Valves to be provided with an anti- slamming or regulated closure mechanism. 9 d. Valves larger than 2 IN to be provided with flanged connections. 10 e. Orifice size to be 5/16 IN. 11 4. Unit may be combined in one valve body or be duplex type. 12 5. Provide surge check unit. 13 6. Provide butterfly isolation valve. See Section 15103. 14 2.3 ACCESSORIES 15 A. Furnish any accessories required to provide a completely operable valve. 16 2.4 FABRICATION 17 A. Completely shop assemble unit including any interconnecting piping, speed control valves, 18 control isolation valves and electrical components. 19 B. Provide internal epoxy coating suitable for potable water for all iron body valves in accordance 20 with AW WA C550 and NSF 61. 21 PART 3 - EXECUTION 22 3.1 INSTALLATION 23 A. General: 24 1. See Section 15100. 25 B. Combination Air Vacuum Release Valves (CA/VRV): 26 1. Pipe air exhaust to above grade as shown on Drawings. 27 2. Hard pipe vacuum intake to above manhole as shown in detail on Drawings. 28 3.2 FIELD QUALITY CONTROL 29 A. Clean, inspect, and operate valve to ensure that all parts are operable and that valve seats 30 properly. 31 B. Check and adjust valves and accessories in accordance with manufacturer's instructions and 32 place into operation. 33 END OF SECTION City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line - August 2002 15114 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDA General Contract Drawings ADDENDUM NO. 1 CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated August 2002. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govern. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum in the space provided on the PROPOSAL BIDDING SHEET. 1. Engineer's Opinion of Probable Construction Cost is 82,800,000. 2. Prebid Conference Agenda, Answers to Bidders' Questions, and Attendance list is attached. Contract Documents and Specifications City of Round. Rock, Texas East Transmission Line — Phase 1 48 -inch Barton Hill Transmission Line 1. Section 1.0 NOTICE TO BIDDERS: Under GENERAL DESCRIPTION OF WORK, change "800 linear feet of 60 -inch steel casing pipe" to "896 linear feet of 60 -inch steel casing pipe ". Of the 896 linear feet of 60 -inch steel casing pipe, 691 linear feet is to be installed by boring and 205 linear feet is to be installed by open -cut methods. Note that the wall thickness of the steel casing pipe is dependent on the bore location. See Section 02224. 2. Section 2.0 BID DOCUMENTS: PROPOSAL BIDDING SHEET; Replace pages BD -7 through BD -12 with the attached new PROPOSAL BIDDING SHEET pages BD -7 through BD -13. The PROPOSAL BIDDING SHEET was changed by adding a space to acknowledge receipt of Addenda and adding Items No. 27, 28, and 29. 3. Section 2.0 BID DOCUMENTS: BIDDER'S QUALIFICATIONS REQUIREMENTS; Change the page numbers from BD -13 and BD -14 to BD -14 and BD -15, respectively. 4. Section 4.0 POST BID DOCUMENTS: Page PBD -I, Delete the last two lines on the page, which read "Substantial Completion 150 calendar days" and "Final Completion 180 calendar days ". The correct numbers of days are shown at the top of page PBD -2 and on page BD -13 of the new PROPOSAL BIDDING SHEET in Section 2.0. 5. Section 5.0 GENERAL CONDITIONS: Page GC -8, Article 2.06: Add the following sentence at the end of this paragraph: "The registered engineer or licensed land surveyor shall furnish to the Engineer, through the Contractor, a copy of all cut sheets for review, and a signed plat certifying to the location and elevations of the Work indicating ties and closure to the Engineer's baseline and datum bench marks." For Bidders information only, Baker - Aicklen & Associates, Inc. in Round Rock provided the Engineer with survey data for design. 6. Section 01060 PROJECT CONDITIONS: Page 2, Line 45: Change "Monday" to "Tuesday ". 7. Section 15062 PIPE: DUCTILE: Page 2, Line 48: Change "Lock Fast" to "Flex Ring ", and change "12 IN" to "36 IN". 8. Section 15062 PIPE: DUCTILE: Page 3, Line 1: Change "Lock Fast" to "Lock Ring ", and change "12 IN" to "42 IN". 1. Drawing OG03: General Note No. 13 applies for the 48 -inch diameter pipe only. 2. Drawing 1CO3: In the plan view at Sta. 36 +17.26, change "18" BUTTERFLY VALVE" to "18" GATE VALVE ". In the profile view at the same Station, change "SHEET 1C07" to "SHEET 1C08 ". ADDENDUM NO. 1 Page 1 of 2 3. Drawing 1C07: In Pipe Connection Detail 1, at the 42" BUTTERFLY VALVE callout, change "SEE DETAIL 7/2CO2" to "SEE DETAIL 6/2CO2 ". In Pipe Connection Detail 4, at the 12" GATE VALVE callout change "SEE DETAIL 7/2CO2" to "SEE DETAIL 5/2CO2 ". 4. Drawing 1C08: In the MODIFICATIONS PLAN view, at Sta. 36 +17.26, change "PER DETAIL 6/2CO2" to "PER DETAIL 5/C202 ". Issued By: Richard A. Shoemaker, P. Vice President / Project M END OF ADDENDUM NO. 1 -.0 A SHOEMAKER 64598 o ,kSS O ...P NOS o ®� , N 9 -� -OZ ADDENDUM NO. 1 Page 2 of 2 1 PROPOSAL BIDDING SHEET 1 JOB NAME: East Water Transmission Line - Phase I, 48 -inch Barton Hill Transmission Line 1 JOB LOCATION: Round Rock, Williamson County, Texas 1 OWNER: City of Round Rock, Texas DATE: September 10, 2002 Gentlemen: 1 Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder • hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the 1 construction of East Water Transmission Line - Phase I, 48 -inch Barton Hill Transmission Line and binds himself on acceptance of this proposal to execute a contract and bond for completing said 1 project within the time stated, for the following prices, to wit: Bidder acknowledges receipt of the following Addenda (provide number and date sealed): 1 BID SCHEDULE 1 Bid Item Description Unit Total 1 Item Quantity Unit and Written Unit Price Price Amount 1 1. 1 Lump Mobilization (maximum 5% of total bid) Sum for dollars and cents. $ $ 1 2. 7,589 Linear Furnish, install, maintain, and remove Trench Safety Feet Systems for 12 -, 18 -, and 48 -IN transmission lines. 1 for dollars and cents. $ $ 1 1 BD -7 1 3. 7. 1 4. 1 5. 1 6. 4 Alt -7A 6,920 Alt -7B 6,920 Lump Furnish, install, maintain, and remove Silt Fence and Sum other erosion control measures, as required. for dollars and cents. $ $ Lump Furnish, install, maintain, and remove Concrete Traffic Sum Barriers and other traffic control devices, as required. for dollars and cents. $ $ Lump Furnish, install, maintain, and remove Tree Protection, Sum as shown on the plans. for dollars and cents. $ $ Each Furnish and install Gated Fence Crossings (all types), as shown on the plans or as directed by the Owner. for dollars and cents. $ $ Furnish and install alternate pipe as shown on the plans and as specified, including excavation, dewatering, embedment, cement - stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, polyethylene wrap (ductile iron pipe alternate), surface restoration, disposal of excess material, and any other incidental items that may not be included in the other bid items. Linear 48 -inch Ductile Iron Pipe (DIP), Class 200 PSI. Feet for dollars and cents. $ $ Linear 48 -inch Steel Pipe, Class 200 PSI. Feet for dollars and cents. $ $ BD -8 8. 1,060 Linear Feet Furnish and install 48 -inch DIP, Class 200 PSI, between Sta. 26 +30 and Sta. 36 +90 as shown on the plans and as specified, including excavation, dewatering, embedment, cement - stabilized embedment for cover greater than 10 feet, backfill, fittings, adaptors, couplings, joint restraints, joint bonds, polyethylene wrap, surface restoration, and disposal of excess material. for dollars and cents. $ $ 9. 691 Linear Furnish 60 -inch Steel Casing Pipe Installed by Boring, not Feet including 48 -inch carrier pipe. for dollars and cents. $ $ 10. 205 Linear Furnish 60 -inch Steel Casing Pipe Installed by Open Cut Feet Excavation, not including 48 -inch carrier pipe. for dollars and cents. $ $ 11. 12. 1,500 Square Concrete Thrust Block Bearing Area, as shown on Feet the plans or as directed by the Owner. for dollars and cents. $ $ 13. 12 14. 3 100 Linear Cement Stabilized Backfill, where shown on the plans, Feet not including pipe, complete in place. for dollars and cents. $ $ Acre Each Final Grading, Topsoiling, Revegetation, and 1 -Year of Maintenance to establish specified vegetation in all areas of permanent construction and areas disturbed by Contractor, not to exceed a total of 12 acres. for dollars and cents. $ $ 4 -inch Combination Air Release /Vacuum Relief Valve, furnished and installed on 48 -inch water line. for dollars and cents. $ $ BD -9 15. 4 16. 4 17. 3 18. 12 19. 6 20. 12 21. 1 22. 1 Each Each 8 -inch Blow -off Valve Assembly, as shown on the plans, furnished and installed on 48 -inch water line. for dollars and cents. $ $ Each 48 -inch Butterfly Valve (In- Line), furnished and installed on 48 -inch water line. for dollars and cents. $ $ Each Corrosion Test Stations (all Types), furnished and installed. for dollars and cents. $ $ Each 8 -inch Combination Air Release/Vacuum Relief Valve, furnished and installed on 48 -inch water line. for dollars and cents. $ $ Type I Waterline Marker, furnished and installed. for dollars and cents. $ $ Each Type II Waterline Marker, furnished and installed. for dollars and cents. $ $ Lump Connecting to Existing 42 -IN potable water line, including Sum 42x42 tee and sleeve, 42 -IN spool, 42 -IN butterfly valve, and 48x42 reducer, as shown on the plans. for dollars and cents. $ $ Lump Connecting to Existing 36 -IN potable water line, including Sum 48x36 reducer, 36 -IN butterfly valve, 36 -IN spool, and 36x36 tee and sleeve, as shown on the plans. for dollars and cents. $ $ BD -10 23. 1 24. 1 25. 1 26. 1 Lump Connecting to Existing 18 -IN potable water line, including Sum 48x18 tee, 18 -IN gate valve, 18 -IN Class 200 PSI ductile iron pipe, elbows, and fittings, and concrete thrust blocking, as shown on the plans. for dollars and cents. $ $ Lump Abandonment of Existing 12- and 18 -IN potable water Sum lines, including removal and disposal of existing pipe and fittings, installation of two 18 -IN plugs and one 12 -IN plug, and concrete thrust blocking, as shown on the plans. for dollars and cents. $ $ Lump Connecting to Existing 12 -IN potable water line, including Sum 48x12 tee, 12 -IN gate valve, 12 -IN Class 200 PSI ductile iron pipe, elbow and fittings, and concrete thrust blocking, as shown on the plans. for dollars and cents. $ $ Lump Cleaning, Disinfecting, Flushing, and Pressure Testing Sum new transmission lines. for dollars and cents. $ $ 27. 7,200 Linear Furnish and install Orange Mesh Fencing along outside Feet edge of temporary construction easement, as shown on the plans. for dollars and cents. $ $ 28. 3,275 Linear Furnish and install Temporary Livestock Fencing along Feet outside edge of temporary construction easement on the Charlie G. Barton, as shown on the plans. for dollars and cents. $ $ BD -11 1 29. 60 Cubic Furnish and install Reinforced Concrete Slab with 1 Yards dimensions of 30 FT wide by 50 FT long by 1 FT thick with reinforcing steel consisting of No. 5 rebar at 12 -IN on ' centers in the middle of the slab. Slab to be 4,000 PSI concrete and located over new 48 -IN water line at approximately Sta. 1 +25. ' for dollars and cents. $ $ 1 TOTAL AMOUNT BID (Note: Bid Both Alt -7A (DIP) and Alt -7B (Steel): 1 Alt -A Total Amount Bid for all items, using $ Alternate Item 7A (DIP) (words) 1 Alt -B Total Amount Bid for all items, using $ Alternate Item 7B (Steel) 1 (words) STATEMENT OF SEPARATE CHARGES:. Alt -A (DIP) Materials: $ 1 All Other Charges: $ Total: $ (Note: The total of the two items immediately above should equal ' the total amount bid for Alt -A.) Alt -B (Steel) Materials: $ ' All Other Charges: $ Total: $ (Note: The total of the two items immediately above should equal 1 the total amount bid for Alt -B.) 1 BD -12 1 1 1 1 1 1 1 1 1 1 Signature 1 1 1 1 1 1 1 1 1 If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with the General Conditions and Special Conditions within the number of calendar days below: .Substantial Completion 210 days Final Completion 240 days BIDDER accepts the provisions of the Special Conditions as to liquidated damages in the event of failure to complete the Work within the times specified. Liquidated damages for failing to complete the Work indicated shall be assessed as indicated below: Substantial Completion $1,500/ day Final Completion $500/ day The undersigned certifies that the bid prices containe d in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, Print Name Title for Name of Firm Date Secretary, if Contractor is a Corporation BD -13 Address Telephone 1. WELCOME AND INTRODUCTIONS 2. BID OPENING DATE AND TIME: September 10, 2002 2:00 PM City of Round Rock 221 East Main Street Round Rock, Texas 78664 3. WORK INCLUDES: Installation of approximately 8,000 linear feet of 48 -inch potable water line, 900 linear feet of 60 -inch steel casing pipe, connections to existing potable water lines, appurtenant valving, disinfecting, and other items required to complete the pipeline as shown in the Project Drawings. Engineer's Estimate is $2,800,000. 4. BID PROPOSAL: Use Proposal Bidding Sheet (Section 2.0, Division 0) in Specifications Include the following with the bid proposal: Bid Security — 5% of highest total amount bid. Bidder's Qualifications Requirements. 5. SUBCONTRACTORS: A listing of all subcontractors, suppliers, and other persons or organizations performing work is required with the Bid submittal. 6. FUNDING: Funding will be from revenues generated from funds and contractual obligations dedicated by City of Round Rock for the Work. 7. WAGE RATES: A prevailing wage determination and requirements for prevailing wage rates is included in Section 6.0, Division 0 of the Specifications. 07225.057.036 City of Round Rock, Texas East Transmission Line - Phase I 48 -inch Barton Hill Transmission. Line PREBID CONFERENCE AGENDA City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line PreBid Conference Page 1 • September 3, 2002 8. BASIS OF AWARD: The Bidder will bid on both types of pipe identified in Item 7 of the Proposal Bidding Sheet. The Owner will determine in its sole judgment which pipe type it will use. The award will be made to the lowest qualified responsive bidder for the type of pipe selected by the Owner. 9. BID DOCUMENT INTERPRETATIONS: Only addenda can modify bid documents, verbal responses from Engineer or Owner are not binding unless included in an addendum. Submit questions in writing to: Jason S. Jones, EIT HDR Engineering, Inc. 2211 South IH 35, Suite 300 Austin, Texas 78741 Telephone: (512) 912 -5188 Fax: (512) 912 -5158 10. OTHER EQUIPMENT: Substitutions for the acceptable manufacturers listed in the individual specification sections will be considered after the Contract award has been made in accordance with Section 01640. 11. SOIL/GEOTECHNICAL INFORMATION: See Section 3.0, Division 0. The Geotechnical Investigation Report by Fugro South, Inc. dated August 24, 2001 is included for Bidder's convenience. Bidders are responsible to interpret report and /or obtain their own additional data. 12. TIME OF COMPLETION: Project must be substantially complete within 210 calendar days after Notice to Proceed, and ready for final payment upon final completion within 240 calendar days after Notice to Proceed. Completion of this project is critical to meeting peak water demands in the summer of 2003. Liquidated damages are included in the amount of $1,500 per day for each day that expires after 210 calendar days after Notice to Proceed until the Work is substantially complete. Liquidated damages are included in the amount of $500 per day for each day that expires after 240 calendar days after Notice to Proceed until the Work is ready for final payment. 07225.057.036 - City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line PreBid Conference Page 2 September 3, 2002 13. BONDS AND INSURANCE: A performance bond and a payment bond are required in an amount at least equal to the Contract Amount. Several levels of insurance are also required. See Section 05 - Insurance within Section 6.0 Special Conditions. 14. PAYMENTS: Payments will be made on the basis of Contractor's application for payment on or before the 1" day of each month for work completed up to and including the 25 day of the preceding month. Payment based on the unit price quantities approved in place. Retainage Provisions: • 5% retainage on Work completed. • Owner will not pay for materials stored on hand. 15. PERMITS, FEES, & UTILITIES: Owner has obtained permits from the Georgetown Railroad Company, Texas Department of Transportation, and Williamson County for construction of the Work. See Section 01060 — Project Conditions, Article 1.11 — Permits Obtained by Owner, and exhibits attached thereto for specific permit requirements. Contractor is responsible for all additional permits, waivers, fees and utilities required. See General Conditions, Article 3. Permits and fees include all costs associated with disposal of hazardous materials, disposal of excavated materials, disposal /discharge of water used during construction, and storm water discharge permits. 16. TESTING: Owner will pay for all passing soils and concrete tests. Costs for corrective action, failing tests, and testing associated with establishment of concrete mix design are responsibility of Contractor. Owner will provide water required to fill the main initially and will pay for the water required to flush the main once. Filling and flushing shall be performed during periods of low usage, generally between the hours of 11:00 P.M. and 5:00 A.M. Flushing water will be based on a maximum of 8 hours total. Any additional refilling or reflushing will be at the Contractor's expense at the City's commercial water rates. Owner will provide testing facilities for bacteriological testing. Contractor shall provide Owner with 48 hours advanced notice of when sampling and testing will be needed. Other testing specified in the individual specification sections is the responsibility of the Contractor. 07225,057.036 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line PreBid Conference Page 3 September 3, 2002 17. CARE OF WATER: Contractor is responsible for care of water, dewatering the Work during construction, and removing temporary provisions. 18. CONSTRUCTION SCHEDULE: See Section 01060. A critical path construction schedule including activities of subcontractors and time for submittals shall be submitted to the Owner and Engineer within 10 days after award of contract. Schedule shall be updated at least monthly and submitted to Engineer with pay application. 19. SHOP DRAWINGS: A detailed list of submittals and schedule for submittals shall be submitted within 20 days after the notice to proceed. All shop drawings must be submitted and approved prior to 25% completion of the Work based on elapsed time. Operation and Maintenance (O &M) manuals must be submitted within 60 days after the date the corresponding shop drawing is approved. O &M manuals must be approved prior to Final Completion. 20. PRECONSTRUCTION CONFERENCE: A Pre - Construction Conference will be held after contract award. Contractor's Project Manager, Project Superintendent, and Subcontractor Representatives shall attend. 21. PROGRESS MEETINGS: Progress Meetings will be held monthly, or more frequently as needed. 22. TEMPORARY CONSTRUCTION EASEMENTS: The temporary construction easement varies from one end of the project to the other. Contractor shall stake outside boundary of temporary construction easement and install orange -mesh fencing along this boundary. In addition, on the Charlie G. Barton property, Contractor shall install a temporary 3 -strand barbed wire and tee -post fence along this boundary to keep livestock out of the work area. 07225.057.036 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line PreBid Conference Page 4 September 3, 2002 Construction time within the temporary construction easements for the properties east of the east side frontage road for IH -35 is limited to six (6) months from the start of construction within the individual properties. Contractor shall be aware that construction activity is currently underway on the Kelly Trust property east of IH -35 between the east frontage road and the Charlie G. Barton property. Temporary easements may overlap. Contractor shall coordinate construction schedules with the Owner and other Contractors currently working on this property. Contractor shall be aware that the temporary easement is located adjacent to or in the existing easements for ONCOR's (formerly TXU) electric transmission line. See General Note No. 26 on Drawing No. OG03 for contact information to notify ONCOR of work near overhead power lines. East of IH -35, this project is actually located within the City of Georgetown's CCN area. Kelley Lane at approximately pipeline Sta. 42 +75 is a City of Georgetown street. Several Georgetown utilities exist between the east IH -35 frontage road and the Charlie G. Barton property. Contractor shall coordinate street and utility crossings with the City of Georgetown. The existing paved entrance road for Texas Crushed Stone west of IH -35 at approximately pipeline Sta. 22 +00 may only be closed to traffic between 5:30 P.M. Friday to 4:00 A.M. Monday. See Section 01060. Coordinate road closure and railroad crossing with Texas Crushed Stone (Georgetown Railroad Company). Contact person is Mark Dixon at (512) 255 -4405. 23. MISCELLANEOUS: Connections of the new 48 -inch transmission line to existing mains shall be made Muuday Tuesday through Thursday from October through March during periods of low demand. All final connections to existing mains may not occur until the new pipeline has been successfully pressure tested, disinfected, and flushed. See Sections 01060 and 15060. Contractor shall obtain a surveyor registered in Texas to provide construction staking and cut sheets. Submit cut sheets to Engineer for review. Traffic control plans are required by TxDOT for IH -35 crossings and by Williamson County for County Road 116 crossing. Submit to Engineer for review by TxDOT and Williamson County. Note specific tree protection measures required on the Charlie G. Barton property on Drawings No. 1CO5 and 1C06. Pay close attention to the trenching and pipe embedment details on Drawing No. 2C01. Details are not drawn to scale; note specific dimensions. Note that the wall thickness for the 60 -inch casing pipe varies by bore location. See Section 02224, Page 1. 07225.057.036 City of Round Rock - East Transmission Line - Phase 1 48 -inch Barton Hill Transmission Line PreBid Conference Page 5 September 3, 2002 24. OWNER's REPRESENTATIVE Owner will supply a resident project representative during construction. 25. QUESTIONS Question: Does the abandoned 18 -inch potable water line need to be removed? Answer: No, not entirely. For both the existing 12- and 18 -inch lines to be abandoned, only portions of these existing lines immediately adjacent to the locations of the tie -ins need to be removed. See Details 2, 4, and 7 on Drawing No. 1C07 and the Demolition Plan on Drawing No. 1C08. Question: Will additional water sampling points need to be added to the pipeline using either saddles in the field or outlets installed during the pipe manufacturing? Answer: No. Obtaining water samples at the locations shown for air release /vacuum relief valve and blow -off valve connections will be sufficient for sampling. Question: Who will do the tree trimming for the trees to be protected on the Charlie G. Barton property? Answer: The City will retain an Arborist to perform the initial trimming judged to be sufficient for construction equipment clearance. Any additional trimming required as the result of contractor's operations shall be at contractor's expense. See also Specific Note 4 on Drawings No. 1CO5 and 1C06. Question: Do the tie -ins between the new 12 -inch line at Sta. 51 +13.70 and the new 18 -inch line at Sta. 36 +17.26 need to be made within the six (6) month time period for use of the temporary construction easements east of IH -35? Answer: Yes. Question: What are the clearance requirements for the ONCOR overhead power lines adjacent to and within the permanent and temporary construction easements? Answer: Contractor shall comply with Texas Law, Chapter 752, Texas Health and Safety Code, regarding construction activities near live overhead high voltage lines. See Electric Service Guidelines by ONCOR Electric Delivery Company dated January 2002. Go to www oncorgirup com /community/ construct / guidelines /section_?00clearsnces pdf for additional information. Question: Would you consider adding bid items for the orange mesh fencing along the temporary construction easement and the temporary livestock fencing along the temporary construction easement on the Charlie G. Barton property? Answer: Yes. Bid items have been added for this work. See the new PROPOSAT, RIDDING SHEET in Addendum No. 1. 07225.057.036 City of Round Rock - East Transmission Line - Phase I 48 -inch Barton hill Transmission Line PreBid Conference Page 6 September 3, 2002 NAME COMPANY PHONE FAX r 1 �c l �r� , � �� /, (cr> 4. L c 75-Z2 SG 512 8c/6 - 2/07 4..e. A y„ , J 1)1 &...),•,-,, 8 , c rt 3,3rT id/ 2 91 ',5,cv X 51 Ed Rcic Csarr -“ui Garvstruckior, 91.6.141. 44.0o 8l6• 74l• 4488 Q yip L. Sum MEW, S.J. I-O 41} C.O,J$ LcT10,J 21 0 . 340 - 999 $ Z.10- 3 ire Awls GM1xt✓C I Coms I ch TAde , s7 - 3ss -Sb9 9? - 353 4)9' " ` ✓e ue . ws - 4 s —' 5 <1- r -4. �i7,� N _ L. iii :3 ..1 y' 7-car , a Sz dd ®4 .y s7 -ii_4 -B,' / /f C o.. 7. C . eR 2S/ - 7872 7 7- 257$) .7ii?'1 Ru f A ,e;, r���.., Go 3 Z.7 -' /'G l/ ZS lo34.457`l :'c 7 /7& z4 Co3'1 /- Vo/e FireaCf, 6 kJ fi r li e N vfisf'• =c \9c). rnn� J-o ,,c, Zs4 ^1.11 its ?5I} 4,5“ 116 I �1'ti.1-1. - DIfk /D /�d Z- �/>l6 7 ZUr✓ 46710 - ...5-7z -/2 -//e6 5%2 - 3i2-0 j Qv, 1 d am / , A / a t L a r i 4 , - ) (T Q. 2./o- 66.7- 99zrzl0 647 -9° 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 07225.057.036 City of Round Rock, Texas East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line PREBID CONFERENCE ATTENDANCE City of Round Rock - East Transmission Line - Phase I 48 -inch Barton Hill Transmission Line PreBid Conference Attendance September 3, 2002